|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1997 PSA#1917Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 W -- LEASE OF PAGERS SOL N00244-97-Q-5189 DUE 090597 POC Point of
Contact is Bid Officer at 619-532-2690/2692; Gwen Young, Purchasing
Agent at 619-532-2890; FAX 619-532-1088/9 WEB: Click here to learn more
about FISC San Diego and additional contracting opportunities.,
http://www.sd.fisc.navy.mil. E-MAIL: Click here to submit your quote
electronically or to contact the Purchasing Agent via e-mail.,
gwen_young@fmso.navy.mil. This announcement, originally published in
the CBD on 8/4/97 as a Total Small Business Set-Aside action, is hereby
republished on an unrestricted basis; all eligible, responsible sources
may submit an offer. This is a combined synopsis/solicitation for
commercial items and services prepared in accordance with the format in
FAR Subpart 12.6, as supplemented with additional information included
in this notice. This announcement constitutes the only solicitation;
quotes are being requested and a SEPARATE WRITTEN SOLICITATION WILL NOT
BE ISSUED. Solicitation number N00244-97-Q-5189 applies and is issued
as a Request For Quotation. This solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 90-46 and Defense Acquisition Circular 91-11. The standard
industrial code is 4812 and the business size standard is 1,500
employees. The agency need is for all services, material, and equipment
to provide a voice-paging system. This requirement is for a fixed
priced contract for a base year period commencing October 1, 1997
through September 30, 1998, plus three (3) option years (10/1/98 --
9/30/99, 10/1/99 -- 9/30/00, and 10/1/00 -- 9/30/01, for line items as
follows. Line Item 0001: Lease/rental of 450 digital display pagers
(with manuals) plus airtime. Quote should include monthly lease/rental
charge and airtime charge on a "per unit" basis. Line Item 0002:
Lease/rental of 75 alpha-numeric display pagers (with manuals) plus
airtime. Quote should include monthly lease/rental charge and airtime
charge on a "per unit" basis. Line Item 0003: Yearly charge for pager
protection for 525 pagers . Quote should include cost per pager on a
yearly basis. Line Item 0004: Monthly lease of one (1) Pager Terminal.
Quote should include monthly lease/rental charge. Line Item 0005:
Monthly lease of one (1) Paging Transmitter. Quote should include
monthly lease/rental charge. Line Item 0006: Monthly lease of Paging
antenna System. Quote should include monthly lease/rental charge. Line
Item 0007: Replacement charges for lost/stolen pagers. Quote should
include a "per unit" charge. Contractor shall provide all services,
material, and equipment for providing a numeric and an alphanumeric
display paging system for approximately 600 users at the Naval
Hospital, Camp Pendleton, CA and all Naval Branch Clinics at Camp
Pendleton, including clinics at Barstow, CA; El Toro/Tustin, CA; and
Yuma, AZ. Services shall include installation, maintenance/repair, and
removal of all hardware and equipment upon expiration, completion, or
termination of the contract. The pagers should have an audible paging
signal, audible low battery alarm, and user-selected "silent" mode
with vibration signaling. Pagers must be capable of being accessed from
any "true tone" push button telephone, with the technical capability of
allowing the user to access a pager without having to first obtain an
outside line (i.e. dial "9") when paging from a telephone connected to
the Government CATS/PBX system. The Naval Hospital has set aside a
four-digit extension (1891) for this purpose. If this involves either
a trunk line to the contractor's computer or the use of a call
distributor to share additional lines, it will be the contractor's
responsibility to meet that requirement. The system shall be capable of
penetrating reinforced concrete structures to include lead-lined rooms
and earthquake resistant buildings. This provision may require
installation of a transmitter/repeater and/or separate antenna/radiax
cable for each floor containing lead-lined rooms or earthquake
resistant materials. The contractor will be responsible for acquiring,
installing, and maintaining all company equipment needed to fulfill
this requirement. The pager system shall have a minimum pager radius of
150 miles from the Naval Hospital, Camp Pendleton. This range radius
shall include penetration of other earthquake-reinforced structures
such as the hospitals and clinics in San Diego, CA; Yuma, AZ; El
Toro/Tustin, CA; and Barstow, CA. The contractor shall provide local
telephone numbers for Naval Hospital, Camp Pendleton and all Branch
Medical Clinics aboard Camp Pendleton. The contractor will also provide
local telephone numbers for the Branch Clinics at Barstow and Seal
Beach, CA and Yuma, AZ for their respective calling areas. The
contractor shall provide all transmitters/repeaters, system
hardware/software, and related equipment necessary to ensure successful
performance of all the pagers. It may be necessary to place a second
transmitter/repeater on Horno Ridge, located approximately 7-1/2 miles
from the Hospital at Camp Pendleton. The contractor will be required
to certify and ensure that the paging system provided does not
interfere with other hospital electronic equipment, including but not
limited to LAN lines that run throughout the hospital ceilings. The
contractor shall provide a specific point of contact (e.g. an account
or service representative) to be the principal point of contact and
provide liaison for conducting day-to-day pager business. The
contractor shall notify the Contracting Officer's Representative
between 7:30 a.m. and 4:00 p.m. on weekdays, or the Officer of the Day
all other times, should any system degradation, downtime, or failure
occur. Notifications shall include the type of problem, expected time
to resolve, impact, name of contact and their position, and telephone
number. The contractor shall provide extra unprogrammed pagers for
storage at the Hospital, Camp Pendleton, to be utilized for immediate
replacement of malfunctioning pagers. A minimum of three percent (3%)
of provided pagers must be available at all times as replacement and
back-up units. This back-up supply shall be replenished "one-for-one"
on a periodic "as needed" basis, and shall not drop below five percent
(5%) unprogrammed pagers available at any one time. The contractor
shall provide the Contractor Officer's Representative with a monthly
report identifying each pager provided, by a date agreed upon. This
report shall be sorted by organization codes/departments. The
Contracting Officer's Representative will provide the contractor with
a master list, which shows pager numbers, to assist the contractor in
sorting the monthly report. All equipment must be delivered, installed
and operational Error! MergeField was not found in header record of
data source., to be delivered FOB Destination to: . Mark for: .
Acceptance shall be made at destination. The provision at FAR 52.212-1,
Instructions to Offerors Commercial Items applies. Addendum to FAR
52.212-1, Paragraph (b)(5): Offers shall provide an express warranty
which at a minimum shall be the same warranty terms, including offers
of extended warranties, offered to the general public. Express
warranties shall be included in the contract. Provision 52.212-2,
Evaluation Commercial Items, applies with paragraph (a) completed as
follows: Award will be made to the offeror that meets the
solicitation's minimum criteria for technical acceptability at the
lowest price. To be determined technically acceptable, the offerormust
provide references from a minimum of three (3) major, current accounts
in the Southern California area for whom the offeror provides similar
service. Offerors are required to complete and include a copy of the
following provisions with their proposals: FAR 52.212-3, Offeror
Representation and Certifications Commercial Items. Clause 52.212-4,
Contract Terms and Conditions Commercial Items, applies with the
following addendum clauses: FAR 52.217-5, Evaluation of Options; FAR
52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the
Term of the Contract, with Paragraph (a) completed as follows "The
Government may extend the term of this contract by written notice to
the Contractor within 30 days..." and Paragraph (c) completed as
follows "The total duration of this contract, including the exercise of
any options under this clause, shall not exceed four (4) years"; and
FAR 52.232-18, Availability of Funds. The clause at 52.212-5, Contract
Terms and Conditions Required To Implement Statutes or Executive
Orders Commercial Items applies with the following applicable clauses
for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35,
Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR
52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37,
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required
to Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items, applies with the following clauses
applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and
Balance of Payment Program; and DFARS 252.225-7012, Preference for
Certain Domestic Commodities. Any contract awarded as a result of this
solicitation will be a DO-rated order certified for national defense
use under the Defense Priorities and Allocations System. The government
intends to make a single award to the responsible offeror whose offer
is the most advantageous to the government considering price and price
related factors. Quotes must include pricing for each option year as
well as the base year, and evaluation for award shall be inclusive of
the option years. Please ensure your company's CAGE code, mailing and
remittance address is reflected on quote. Quotes must be received no
later than 3:00 PM, local time, 090597, and will be accepted via fax
(619-532-1088/9) or via e-mail (gwen_young@fmso.navy.mil) ONLY. DO NOT
mail. See Numbered Note(s) 13. (0233) Loren Data Corp. http://www.ld.com (SYN# 0127 19970826\W-0001.SOL)
W - Lease or Rental of Equipment Index Page
|
|