Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11,1997 PSA#1928

45CONS, 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