|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11,1997 PSA#192845CONS, 1201 Minuteman St, MS 7200, Patrick AFB, FL 32925-3237 W -- PROVIDE DIGITAL CELLULAR PHONES WITH DIGITAL SERVICE FOR PATRICK
AFB AND CAPE CANAVERAL AS FL SOL F08650-97-R-0432 DUE 091297 POC 2Lt
Lateef (Sam) Hynson, Contract Negotiator (407) 494-3301/1Lt Jonathan L.
Terry, Contracting Officer (407) 494-2706 Reference
synopsis/solicitation number 113128, dated 21 Aug 97 and modified by
submission number 113610, dated 22 August 97, and submission number
117559, dated 03 Sep 97 is hereby modified to read as follows: 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. Solicitation number
F08650-97-R0432 is issued as a Request for Proposal. The solicitation
document incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 90-46 and through Defense
Acquisition Circular 91-11. As implemented by FAR 6.301-1: U.S.C. 2304
(c)(1), only two responsible sources and no other supplies or services
will satisfy agency requirements. Those sources are AT&T Wireless
Services and Bellsouth Mobility. The applicable Standard Industrial
Code is 4812 and business size standard is 1500 employees. The Small
Business Competitiveness Demonstration Program does not apply to this
procurement. This is a one year contract (1 October 97 to 30 September
98) This requirement is for a requirements contract for 1 line item
with 6 sub-CLINS. Line Item 0001: The contractor shall furnish all
labor, materials, equipment, and all other items necessary to provide
contractor owned digital cellular phones with digital service for
Patrick AFB and Cape Canaveral Air Station, FL. Period of performance
is 1 Oct 97 through 30 Sep 98. Line Item 0001AA: Digital Cellular Phone
with digital service based on an estimated 175 phones at $__ ____ per
phone per month. Line Item 0001AB: Home Airtime Rate for Peak Hours at
an estimated 45,000 minutes: $__ __ __ per minute Line Item 0001AC:
Home Airtime Rate for Off-Peak Hours at an estimated 35,000 minutes:
$______ per minute. Line Item 0001AD: Long Distance Rate/ Federal
Telecommunications Systems (FTS 2000) Primary Inter-lata Carrier (PIC)
Code Interface at an estimated 1 lot $__ __ __. Line Item 0001AE:
Battery Charger based on an estimated 175 chargers at $__ __ __ per
charger per month. Line Item 0001AF: Extra Battery based on an
estimated 175 phones at $__ ____ per phone per month. Line Item 0001AG:
Battery Saver based on estimated 60 phones at $__ ____. The following
is a description of the requirement to be acquired: The contractor
shall provide the following service 24 hours a day, 365 days a year:
Contractor owned digital cellular phones with digital service to be
provided within 8 hours with charged batteries, home airtime rates for
peak and non-peak hours, roaming charges as applicable, and long
distance rates as applicable. Also included are one (1) rapid charger,
two (2) high capacity batteries (without memory buildup
characteristics -- light nimh), and one (1) battery saver. Telephone
weight (cellular telephone plus battery) shall not exceed 10 ounces.
High capacity battery shall have at least 160 minutes of talk time and
at least 50 hours of stand-by time. Contractor provided phones shall
also have built-in Alpha-numeric Pager for message service; silent mode
(for use during meetings); electronic lock (programmable); mute
control; signal strength, battery and volume control indicators;
security for numbers stored in memory; automatic redial; LCD display;
Call Return; and Caller ID. There shall be no roaming charges for
in-state calling. Long distance services shall include access to areas
outside the home area plus local airtime in the assessed areas. The
Government is tax exempt. Taxes will not be added to invoices or roamer
and long distance service. Billing cycle will be from the first of the
month to the end of the month. If service starts or ends during the
month the actual charges will be prorated. Billing to be in arrears
(monthly service and airtime). Service/local/long distance and roaming
charges will be detailed on one monthly bill by cellular number, it is
requested/preferred that government access via interface into the
federal telecommunications system (FTS) as the primary inter-lata
carrier (PIC). Detailed billing shall be provided by cellular number.
Monthly bills will be electronically forwarded to 45 CS/SCXPC. The
contractor will provide monthly detailed invoices on disk or CD-ROM.
The contractor shall insure the cellular system used to cover the home
coverage area is fully digital with signal strength of no less than
-85dbm (measured with a 50 ohm +3db gain antenna at 98% of exterior
locations in the industrial areas included in CCAS to permit high
quality voice grade conversations at the mill-watt level for the
cellular telephones provided. The phones must comply with Spurious and
Harmonic Emissions Federal Regulations Code (for use in the launch
complex areas be fully digital and available and operational 24 hours,
365 days a year. The Home Air Airtime shall include the metropolitan
service areas of all cities within Brevard County, plus Orlando and
Daytona Beach. All calls within home area shall be at peak or off-peak
airtime rates for all Government owned and Contractor owned cellular
telephones. The daily peak and off-peak hours shall be defined as the
existing contractor's commercial peak and off-peak hours. If the system
fails for any reason, the contractor shall immediately notify
communications squadron job control (494-5737) and advise them of the
nature of the outage and expected time of repair. The contractor shall
also provide at no cost to the government, voice mailbox, call
waiting, call forwarding and three party conference on all cellular
phones. these features shall be activated only when directed by the
government. Toll (long distance) restriction and detailed call
accounting will be activated on all units. Activation and disconnection
fees are waived. The contractor shall provide on-site training to the
user upon receipt of cellular telephones and/or when required during
company's standard business hours. The contractor shall notify the
contracting officer or his or her representative of changes to all
cellular service coverage. Contractor shall provide pick-up/deliver of
cellular phones requiring repair within 8 hours after notification.
Central point of pick up/delivery will be Bldg. 533, room 160D, 45
CS/SCMM. Cellular number of phone to be repaired will be reprogrammed
to the replacement provided by the contractor. Period of performance is
1 Oct 97 through 30 Sep 98. The following provisions and clauses apply
to this acquisition: FAR 52.212-1, Instructions to Offerors --
Commercial Oct 1995 (IAW FAR 12.301(b)(1). FAR 52.212-2, EVALUATION --
COMMERCIAL ITEMS (OCT 1995) addendum to provision; Offerors' proposals
will be evaluated on TECHNICAL CAPABILITY (the capability of the firm
and the firm's proposed commercial equipment to satisfy Government
requirements determined by a performance test), and price ( the firm's
total evaluated price plus any proposed discounts or credits).
Technical capability is of the same relative importance as price. The
estimated quantities denoted above are projected contract totals and
will be used to evaluate offerors proposed prices. They are not
intended to imply that the Government will actually place orders for
such quantities during periods designated. In fact, future orders
placed by the Government may be significantly higher or lower than may
be accurately estimated at this time. FAR 52.212-5 AUG 1996, Contract
Terms and Conditions Required To Implement Statues Or Executive Orders
-- Commercial Items with the following applicable clauses: 52.222-3,
Convict Labor (E.O. 11755); and 52.233-3, Protest After Award (31 U.S.C
3553 and 40 U.S.C. 759). The Contractor agrees to comply with the FAR
and FIRMR clauses in this paragraph (b) which the contracting officer
has indicated as being incorporated in this contract by reference to
implement provisions of law or executive order's applicable to
acquisitions of commercial items or components: 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)); 52.222-26, 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 (29 U.S.C. 793), 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.
4212). 5352.212-9500 COMMERCIAL WARRANTY APR 1993 (IAW AFSPCFARS
5312.7004-9500) The supplies or services furnished under this contract
shall be covered by the most favorable commercial warranties the
contractor gives to any customer for such supplies or services. The
rights and remedies provided herein are in addition to and do not limit
any rights afforded to the government by any other clause of the
contract. 52.216-18 ORDERING OCT 1995 (IAW FAR 16.506(a)) (a.) Such
orders may be issued from 1 Oct 97 through 30 Sep 98. 52.216-19 ORDERS
LIMITATIONS OCT 1995 (IAW FAR 16.506(b)(a)100 Each, (b)(1)100 Each,
(b)(2)200 Each, (b)(3)15 Days, (d)15 Days. 52.216-21 REQUIREMENTS OCT
1995 (IAW FAR 16.506(d)). 252.212-7001 CONTRACT TERMS AND CONDITIONS
REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO
DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS FEB 1997 (IAW DFAR
212.301(f)(iv))(a) The Contractor agrees to comply with the Defense
Federal Acquisition Regulation Supplement (DFARS) clause 252.247-7024,
Notification of transportation of Supplies by Sea NOV 1995, which is
included in this contract by reference to implement 10 U.S.C. 2631. (b)
The Contractor agrees to comply with any clause on the following list
of DFARS clauses which, is included in this contract by reference to
implement provisions of law or Executive Orders applicable to
acquisitions of commercial items or components. 252.219-7006 Notice of
Evaluation Preference for Small Disadvantaged Business Concerns.
252.225-7001 Buy American Act and Balance of Payment Program (41 U.S.C.
10, E.O. 10582). 252.227-7015 Technical Data-Commercial Items (10
U.S.C. 2320). 252.227-7037 Validation of Restrictive Markings on
Technical Data (10 U.S.C. 2321). 252.233-7000 Certification of Claims
and Requests for Adjustment or Relief (10 U.S.C. 2410). 52.212-3
OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS JAN
1997. Offerors shall provide a completed copy of the provision at FAR
52.213-3 Offeror Representations and Certifications -- Commercial
Items, with Offer. 52.212-4 LIQUIDATED DAMAGES-SUPPLIES, SERVICES, OR
RESEARCH AND DEVELOPMENT MAY 1997. DFARS 252.225-7000 DEC 1991, Buy
American Act -- Balance of Payments Program Certificate. Offers are due
no later than 2:00 EST 12 Sep 97 at the 45th Contracting Squadron, 1201
Minuteman Street, Bldg. 423, Patrick AFB, FL 32925-3237. For
information contact 2Lt Sam Hynson, Contract Specialist, at (407)
494-3301.***** (0251) Loren Data Corp. http://www.ld.com (SYN# 0162 19970911\W-0001.SOL)
W - Lease or Rental of Equipment Index Page
|
|