|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1996 PSA#1668DISA-DITCO/DTS42, Scott AFB IL, BLDG 33600 62225-5406 W -- LEASE CELLULAR PHONE SERVICE DUE 082996 POC Contact: Alice
Anderson, 618-256-9717, DITCO Contracting Officer, Constance E.
Jackson, 618-256-9696-No Collect Calls DITCO-DTS42, Scott AFB IL,
intends to issue a contract for cellular phone service for Defense
Megacenter Columbus, Ohio. Synopsis Number 96269. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; proposals are being requested and a written
solicitation will not be issued. The solicitation number DCA200-
96-R-0163 is issued as a request for proposal (RFP). The solicitation
document and incorporated provisions and clauses in effect through
Federal Acquisition Circular 90-39. This solicitation is not a setside
action. The standard industrial SIC code is 4899 with the small
business size standard $7.5. CLIN 0001 Motorola; or equivalent, Alpha
Star cellular phones (including 2 batteries, charger, case, antenna &
mount/cradle) Minimum quantity 140, Maximum quantity 190. CLIN 0002
Motorola Lite XL Pro, or equivalent (including 1 battery, rapid
charger, vibra call) Minimum quantity 5, Maximum quantity 10. CLIN 0003
In car mounting units for CLIN 0001, Minimum quantity 4, Maximum
quantity 6. CLIN 0004 Access Charge/Monthly service fee, Minimum
quantity 145, Maximum Quantity 200. CLIN 0005 Peak Air-Time, Minimum
Quantity 114,840, Maximum Quantity 158,400. CLIN 0006 Off Peak
Air-time, Minimum Quantity 26,100, Maximum quantity 36,000. CLIN 0007
Roaming Charges, Not to Exceed $10,000.00. Cellular phone service is
required for the period of 01 Oct 96 through 30 Sep 97, with an option
to extend through 30 Sep 98. Phone units shall be delivered to the
Defense Megacenter Columbus, ATTN: DMC-WECM, 3990 E. Broad Street,
Building 11-13, Columbus, Ohio 43216. Point of contact for deliver is
Betty Preston at 614-692-5065. FOB Destination. The provisions at
52.212-1, Instructions to Offerors - Commercial, applies to this
acquisition. The clause at 52.212-2 Evaluation - Commercial Items
applies to this acquisition. (a) The government will award a contract
resulting from this solicitation to the responsible offeror whose offer
conforming to the solicitation will be most advantageous to the
Government, price and other factors considered. The following factors
shall be used to evaluate offers: Technical and past performance, when
combined are approximately equal to price. (b) Options. The government
will evaluate offers for award purposes by adding the total price for
all options to the total price for the basic requirement. The
government may determine that an offer is unacceptable if the option
prices are significantly unbalanced. Evaluation of options shall not
obligate the government to exercise the option)s). (c) A written notice
of award or acceptance of an offer, mailed or otherwise furnished to
the successful offeror within the time for acceptance specified in the
offer, shall result in a binding contract without further action by
either party. Before the offer's specified expiration time, the
government may accept an offer (or part of an offer), whether or not
there are negotiations after its receipt, unless a written notice of
withdrawal is received before award. Offerors shall include a completed
copy of the provision at 52.212-3, Offeror Representations and
Certifications - Commercial Items with its offer. The clause at
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders - Commercial Items, applies to this acquisition.
Additionally, the contractor agrees to comply with 52.203-6,
Restrictions on Subcontractor Sales to the Government, with Alternate
I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.203-10, Price or Fee
Adjustment for Illegal or Improper Activity (41 U.S.C. 423); 52.219-8,
Utilization of Small Business Concerns and Small Disadvantaged
Business Concerns (15 U.S.C. 637(d)(2) and (3));52.219-9, Small, Small
Disadvantaged and Women-Owned Small Business Subcontracting Plan (15
U.S.C. 637 (D)(4)); 52.222-26, Equal Opportunity (E.O. 11246);
52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for
Handicapped Workers (29U.S.C. 739); 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.
4212); 252.219-7003 Small Business and Small Disadvantaged Business
Subcontracting Plan (DoD Contracts)(15 U.S.C. 637); 252.233-7000
Certification of Claims and Requests for Adjustment or Relief (10
U.S.C. 3726). Proposals are due 29 August 1996, NLT 1600 hours CSDT,
delivered to 3600 East Drive, Scott AFB, IL, 62225-5406, ATTN: Ms.
Alice Anderson (618-256-9717). (0239) Loren Data Corp. http://www.ld.com (SYN# 0094 19960827\W-0001.SOL)
W - Lease or Rental of Equipment Index Page
|
|