|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 11,1997 PSA#1906Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue
SE, Kirtland AFB, NM 87117-5773 D -- COMMERCIAL NATIONWIDE PAGER SERVICES KIRTLAND AFB NM SOL
F29650-97-R-0162 DUE 082297 POC Miranda Firth, Contract Specialist,
(505)846-4670; Capt Sheri G. Prestipino, Contracting Officer,
(505)846-4190 E-MAIL: Capt Sheri Prestipino,
prestisg@smtpgw1.plk.af.mil. Kirtland AFB NM has a requirement for the
procurement of Nationwide Commercial Pager Service with Pager Lease.
This is a combined CBD synopsis/solicitation for commercial items on a
fixed-price basis prepared in accordance with Federal Acquisition
Regulation 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. This solicitation number F29650-97-R0162 is issued
as a Request for Proposal (RFP). The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition regulation Circular 90-45. The Standard Industrial
Classification code is 4812 and the Business Size Standard is 1,500
employees. The Government reserves the right to award this contract to
a small business depending upon the response to this solicitation.
Offerors shall provide company past performance information on
contracts that are similar in terms of cost and service, performed
within the past three years. Past Performance Information should
include the contract number, name and phone number of point of contact
to verify past performance. The Government reserves the right to
utilize past performance data acquired from other sources. Proposals
will be evaluated under the following criteria: price, technical
capability, customer support services and past performance. Technical
capability, customer support services and past performance when
combined are significantly more important than price. Importance of the
factors, in descending order, is price, technical capability, customer
support services and past performance. Price will be evaluated based
on rates and service area covered. Technical capability will be
evaluated based on how well the proposal meets the Government's
requirements as stated in this solicitation. This solicitation includes
by reference the clause at Federal Acquisition Regulation ( FAR )
52.212-1 Instructions to Offerors-Commercial Items ( Oct 1995); clause
FAR 52.212-3 Offeror Representations and Certifications- Commercial
Items ( Jan1997); clause FAR 52.212-4 Contract Terms and Conditions-
Commercial items (Aug 1996); clause FAR 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive Orders-
Commercial Items ( Aug 1996);. The clause FAR 52.212-3 Offeror
Representations and Certifications- Commercial Items ( Jan 1997) shall
be completed and returned with the contractor's offer. No addenda
apply. NON-PERSONAL SERVICES: All equipment shall be leased by the
Government from the contractor and shall be protected from theft and/or
damage by the contractor. The contractor shall provide uninterrupted
service 24 hours per day, seven days per week, in the service areas as
specified in the proposal for a base year and three option years.
Message transmission within the service delivery areas shall be
guarenteed to be not less than 99.5%. Service shall be for commercial
pager service including commercially available features such as voice
mail, alpha-numeric paging, and personal 1-800 numbers. The service
shall be provided as follows (1) commercial pager service nationwide
for approximately 100 pagers on a monthly unlimited usage flat rate.
The contractor shall provide a service area map by regions served by
the contractor. Given the rapid pace of communications technology, some
services and features are expected to emerge during the course of this
contract. As these services become commercially available, the
government intends to take full advantage of these new services and
features. The contractor shall first be given the opportunity to
fulfill these advanced technical requirements. Upon request, the
contractor shall be required to provide technical literature and
demonstrate to the Government's satisfaction that the advanced
technical requirement can be met. If it is determined that the
contractor can meet the adavanced technical requirement, then the fee
for this additional service will be negotiated and a new line item will
be added to the contract. If the contractor cannot meet the advanced
technical requirement, then the Government reserves the right to obtain
these services from an alternate source. Interested responsible parties
may submit a written proposal to this office by 4:00PM Mountain
Standard Time, 20 August 1997. Proposals are subject to FAR
52.212-1.11(f ) Late Offers. A company not in possession of any of the
above referenced FAR clauses may contact this office and the full text
will be made available. Any questions or clarifications are to be
submitted in writing by 13 August 97, and any questions or
clarifications received after this date may not be considered. An
Ombudsman has been appointed to hear concerns from offerors or
potential offerors during the proposal development phase of this
acquisition. The purpose of the Ombudsman is not to diminish the
authority of the program director or contracting officer, but to
communicate contractor concerns, issues, disagreements and
recommendations to the appropriate Government personnel. Before
contacting the Ombudsman, potential offerors should first communicate
with the contracting officer. In those instances where offerors cannot
obtain resolution from the contracting officer, they are invited to
contact PL Ombudsman, Bruce Grunsten at (505) 846-8273, or at 2251
Maxwell Avenue SE, Kirtland AFB NM, 87117-5606. When requested, the
Ombudsman will maintain strict confidentiality as to the source of the
concern. The Ombudsman does not participate in the evaluation of
proposals or in the source selection process. For contracting issues
please contact Capt. Sheri G. Prestipino at (505) 846-4190. For
technical issues, please contact Miranda Firth at (505) 846-4670.
(0219) Loren Data Corp. http://www.ld.com (SYN# 0033 19970811\D-0015.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|