Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 30,1998 PSA#2231

DHHS, Program Support Center, Division of Acquisition Management, ADP Branch, Room 5-95 Parklawn Bldg., 5600 Fishers Lane, Rockville, MD 20857

D -- TELEPHONE REFURBISHING SOL 213-99-0002 POC Marisha Foreman, Contract Specialist, (301) 443-6762 WEB: Program Support Center, http://cbd-submit@gpo.gov. E-MAIL: Program Support Center, mforeman@psc.gov. This is a combined synopsis/solicitation for commercial items 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; proposals are being requested. A written solicitation will not be issued. This requirement is set aside for small businesses. The standard industrial classification code is 7629 and the small business size standard is average annual receipts for the preceding three fiscal years not in excess of $5 million. This request for proposal, RFP number 213-99-0002, is for the acquisition of telephone refurbishing services. The period of performance shall be from date of award through September 30, 1999 with four 12-month option periods. The Government may exercise options to extend the period of performance in accordance with FAR 52.217-9, upon written notification by the Contracting Officer within 30 days of contract expiration or within 30 days of funds becoming available for that fiscal year. The Contractor shall furnish the personnel, materials, services and facilities necessary for refurbishing the following telephone equipment: BASE PERIOD (date of award -- 09/30/99). Each contract year below is listed by description, Contract Line Item Number (CLIN), and Estimated Quantity. AT&T 1A2 Key Equipment and Telephones -- CLIN 001-1A2 Key Panel, qty 3, CLIN 002- 90B Power Supply, qty 3, CLIN 003- 400 Series Circuit Boards, qty 7, CLIN 004- 2500 Series Telephones, qty 12, CLIN 005 -- 2565 Serires Telephones, qty 12. Northern Telecom Electronic Analog Telephones -- CLIN 006 -- M 8300 Series, qty 5, CLIN 007 -M 8400 Series, qty 5, CLIN 008 -M 9200 Series, qty 5, CLIN 009 -M 9300 Series, qty 5, CLIN010 -M 9400 Series, qty 5. AT&T Merlin and Merlin/Legend Electronic Key Telephones, Circuit Cards, Common Equipment, and Power Plants -- CLIN 011- Key Telephones, qty 60, CLIN 012 -Circuit Cards (General), qty 10, CLIN 013 -T1-CSU Circuit Cards, qty 5. AT&TIntegrated Services Digital Network (ISDN) Telephones, NT-1s and 1145-B Power Plants -- CLIN 014 -6000 Series Telephones, qty 5, CLIN 015 -7000 Series Telephones, qty 10, CLIN 016 -- 8000 Series Telephones, qty 59, CLIN 017 -NT-1s (Rack & Stand Alone), qty 10, CLIN 018 -- 1145-B Power Plants, qty 10. OPTION PERIOD 1 (10/01/99 -- 09/30/01). AT&T 1A2 Key Equipment and Telephones -- CLIN 001 -1A2 Key Panel, qty 1, CLIN 002 -- 90B Power Supply, qty 1, CLIN 003 -- 400 Series Circuit Boards, qty 5, CLIN 004 -2500 Series Telephones, qty 10, CLIN 005 -2565 Series Telephones, qty 10. Northern Telecom Electronic Analog Telephones -- CLIN 006 -M 8300 Series, qty 5, CLIN 007- M 8400 Series, qty 5, CLIN 008 -- M 9200 Series, qty 5, CLIN 009 -M 9300 Series, qty 5, CLIN 010 -- M 9400 Series, qty 5. AT&T Merlin and Merlin/Legend Electronic Key Telephones, Circuit Cards, Common Equipment, and Power Plants -- CLIN 011- Key Telephones, qty 50, CLIN 012 -Circuit Cards (General), qty 10, CLIN 013 -- T1-CSU Circuit Cards, qty 5. AT&T Integrated Services Digital Network (ISDN) Telephones, NT-1s and 1145-B Power Plants -- CLIN 014 -- 8000 Series Telephones, qty 954, CLIN 015 -- NT-1s (Rack & Stand Alone), qty 10, CLIN 016 -- 1145-B Power Plants, qty 10. OPTION YEAR 2 (10/01/01 -- 09/30/02). AT&T 1A2 Key Equipment and Telephones -CLIN 001 -- 400 Series Circuit Boards, qty 5, CLIN 002 -2500 Series Telephones, qty 5, CLIN 003 -- 2565 Series Telephones, qty 5. Northern Telecom Electronic Analog Telephones -- CLIN 004 -- M 8300 Series, qty 2, CLIN 005 -M 8400 Series, qty 2, CLIN 006 -- M 9200 Series, qty 2, CLIN 007 -- M 9300 Series, qty 2, CLIN 008 -- M 9400 Series, qty 2. AT&T Merlin and Merlin/Legend Electronic Key Telephones, Circuit Cards, Common Equipment, and Power Plants -- CLIN 009 -- Key Telephones, qty 40, CLIN 010 -Circuit Cards (General), qty 5, CLIN 011 -- T1-CSU Circuit Cards, qty 2. AT&T Integrated Services Digital Network (ISDN) Telephones, NT-1s and 1145-B Power Plants -- CLIN 012 -8000 Series Telephones, qty 1154, CLIN 013 -- NT-1s (Rack & Stand Alone), qty 10, CLIN 014 -- 145-B Power Plants, qty 10. OPTION YEAR 3 (10/01/02 -- 09/30/03). Northern Telecom Electronic Analog Telephones -- CLIN 001 -- M 8300 Series, qty 2, CLIN 002 -- M 8400 Series, qty 2, CLIN 003 -- M 9200 Series, qty 2, CLIN 004 -- M 9300 Series, qty 2, CLIN 005 -- M 9400 Series, qty 2. AT&T Merlin and Merlin/Legend Electronic Key Telephones, Circuit Cards, Common Equipment, and Power Plants -- CLIN 006 -- Key Telephones, qty 40, CLIN 007 -- Circuit Cards (General), qty 5, CLIN 008 -- T1-CSU Circuit Cards, qty 2. AT&T Integrated Services Digital Network (ISDN) Telephones, NT-1s and 1145-B Power Plants -- CLIN 009 -- 8000 Series Telephones, qty 1333, CLIN 010 -- NT-1s (Rack & Stand Alone), qty 10, CLIN 011 -- 1145-B Power Plants, qty 10. OPTION YEAR 4 (10/01/03 -- 09/30/04). AT&T Merlin and Merlin/Legend Electronic Key Telephones, Circuit Cards, Common Equipment, and Power Plants -- CLIN 001 -Key Telephones, qty 30, CLIN 002 -- Circuit Cards (General), qty 5, CLIN 003 -- T1-CSU Circuit Cards, qty 2. AT&T Integrated Services Digital Network (ISDN) Telephones, NT-1s and 1145-B Power Plants -- CLIN 004 -- 8000 Series Telephones, qty 2037, CLIN 005 -- NT-1s (Rack & Stand Alone), qty 5, CLIN 006 -1145-B Power Plants, qty 5. Services are to be acquired on an indefinite-delivery, indefinite-quantity basis through the issuance of delivery orders. The Contractor shall electronically test the telephone equipment, supply necessary parts to repair all defects, retest the equipment to ensure that all manufacturer factory specifications are met, make cosmetic repairs, and clean and box the equipment. The work must be performed: 1) in accordance with a formalized quality control program and 2) by personnel that have undergone formal training either by the equipment manufacturer or a certified training institution. The Contractor shall pick up, refurbish, and return the equipment within 15 business days from the date the delivery order (DO) (written or oral) is issued. If the Contractor cannot repair the equipment, the Contractor shall notify the Government Project Officer in writing within 15 business days from the date of DO issuance. The notification shall explain why repairs cannot be made. Pick up and delivery shall occur Monday through Friday, 7:00 am to 4:00 pm, excluding Federal Government holidays. All equipment shall be picked up from and returned to HHS/Personal Property Facility, 16071 Industrial Drive, Gaithersburg, MD 20877. The Contractor shall be responsible for the equipment while it is in its possession. All refurbished equipment shall be warranted for 180 days. The warranty period shall begin when the equipment is returned to the Government. Upon written notification from the Project Officer, telephone equipment that becomes defective within the warrantyperiod shall be picked up, repaired, re-boxed, and returned to the Government within 15 business days at no additional cost to the Government. If the warranted equipment cannot be repaired, the Contractor shall provide a like replacement within 15 business days at no additional cost to the Government. Delivery orders (DOs) may be issued via facsimile, electronic commerce methods, or orally. Oral DOs shall be confirmed in writing within three business days. The Contractor shall submit an original and four copies of its invoice monthly for services completed during the month. The quantities stated herein are the Government's best estimate and are provided for proposal preparation and evaluation purposes only. The actual quantity of any type of equipment to be refurbished may vary. Additionally, after contract award, the Government may add other classifications of telephone equipment for refurbishing. At a minimum, the services to be acquired shall total: $50,000 for the base period of performance, $60,000 for option period one, $70,000 for option period two, $80,000 for option period three, and $90,000 for option period four. The maximum services to be acquired shall total: $125,000 for the base period, $175,000 for option one, $200,000 for option two, $225,000 for option three, and $325,000 for option four. 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, in descending order of importance, shall be used to evaluate offers: price, technical merit, past performance. Technical merit and past performance, when combined, are less important than price. Offerors shall submit an original and three copies of the technical proposal, the business proposal, and all certifications outlined below. Technical proposals will be evaluated using the following weighted factors: 1) Possession of original equipment manufacturer (OEM) documentation/standards -- 18 points; 2) Access to replacement parts -- 8 points; 3) Turn around time -- 8 points; 4) Quality assurance program -- 8 points; 5) Corporate experience refurbishing telephone equipment -- 8 points; 6) Qualifications of technicians -- 20 points and 7) Past performance -- 30 points. When preparing proposals, offerors should consider the technical evaluation factors and the performance requirements stated herein. The offeror should ensure that adequate information is provided to demonstrate its ability to satisfy the requirement and to allow a thorough evaluation of the proposal. For example the proposal should demonstrate that the offeror possesses the necessary OEM documentation/specification, that its technicians are properly trained, that it has a formal quality assurance program, etc. The offeror shall submit a list of three similar contracts currently in progress or completed during the last year. Include the following information for each of the three contracts: name of the contracting organization; contract number; contract type; total contract value; description of requirement; and contracting officer's name and telephone number. If a proposal is received from an offeror who does not have a past performance record, the Government will average the past performance rating of all offerors who submit technically acceptable proposals and apply the average rating to the offeror's proposal. The business proposal shall provide a firm-fixed unit price, inclusive of all transportation charges, for each CLIN for the base period and each option period. The fixed unit price shall be multipled by the estimated quantity to determine the CLIN price. The total price for each period of performance shall be the sum of all CLIN prices. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interest, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The business proposal shall also include a fully-executed copy of Federal Acquisition Regulation (FAR) provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (JAN 1997), the offeror's Dun & Bradstreet Code, and its Commercial and Government Entity (CAGE) Code. Upon request, the full text of applicable FAR provisions and clauses will be provided. The provisions and clauses applicable to and incorporated in this RFP are those in effect through Federal Acquisition Circular 97-08. The following FAR provisions apply to this acquisition: 52.212-1, Instruction to Offerors -- Commercial Items (APR 1998) and 52.212-2, Evaluation -- Commercial Items (OCT 1997). The following FAR clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions -- Commercial Items (APR 1998); 52.216-18, Ordering (OCT 1995); 52.216-22, Indefinite Quantity (OCT 1995); 52.217-9 Option to Extend the Term of the Contract (MAR 1989); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (APR 1998) as well as the following clauses cited therein: 52.219-14, Limitation on Subcontracting (DEC 1996); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (APR 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (APR 1998). Proposals shall reference RFP number 213-99-0002 and be sent to the attention of Marisha Foreman, Program Support Center/HHS, Division of Acquisition Management, 5600 Fishers Lane, Room 5-95, Rockville, MD 20857. Proposals must be received within 15 calendar days from the date of this publication. OFFERS MUST BE SIGNED. No oral or faxed offers will be accepted. All responsible sources, capable of fulfilling the requirements of this solicitation, may submit an offer which will be considered. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. NOTE: ANY AMENDMENTS TO THIS SOLICITATION WILL BE PROCESSED IN THE SAME MANNER AS THIS SYNOPSIS/SOLICITATION. (See Note 1.) Posted 11/25/98 (W-SN275109). (0329)

Loren Data Corp. http://www.ld.com (SYN# 0027 19981130\D-0001.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page