|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1999 PSA#2417FBI/TCAU, 14800 Conference Center Drive, Suite 300, Chantilly, VA
20151 D -- PAGER SERVICE SOL RFQ-787058 DUE 090699 POC Ms. Tracie L.
Davidson at (703) 814-4722 or Mr. Paul D. Rankin at (703) 814-4914 This
is a combined synopsis/solicitation for commercial items in accordance
with the format in Federal Acquisition Regulation (FAR) 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. The
solicitation number RFQ-787058 is issued as a Request for Quotation,
under simplified acquisition procedures, test program, unrestricted.
The SIC code is 4812 and the small business size standard is 1,500
employees. The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-12.
All responsible sources may submit a proposal, which, if timely
received, shall be considered by the Government. The contractor shall
provide rental of the following equipment, to include service, for the
FBI's Field Office in Cincinnati, Ohio: 115 Statewide Alphanumeric
Digital Pagers. Price should include details related to monthly service
fee, any additional zone and/or regional fees, charges for a personal
800 or 888 number with PIN and charges for personal 800 or 888 number
without PIN. The proposal shall include the following information to be
considered: A detailed map showing an overlay of the service area
covered for each service proposed. Detailed pricing for the base year
and all option years for all services and equipment described below.
Warranty, replacement provisions, and training. Description of all
ancillary services provided with pricing, such as battery replacement.
All pricing should reflect priority paging. Calculation and charge for
overcalls shall be based on the sum of all allotted calls per pager,
i.e., if each pager is allotted 100 pages and there are 10 pagers, no
charge for overcalls will be assessed until the account exceeds 1000
pages. Past performance references for the last three contracts of a
similar nature. The number of pagers as stated above is for proposal
purposes only; the actual number of pagers for the initial base year
contract may vary plus or minus the above stated amount, depending on
changing requirements, but not more than 10%. Any resulting contract
shall include the option to increase or decrease the number of pagers
over the term of the contract by 50% of the above stated amount. Price
evaluations are based on individual amounts and options as proposed on
a per pager basis. All equipment provided will be included in the
monthly rental fees. Proposals will be evaluated based on the factors
as listed below for a base year contract, plus four one-year options to
be awarded no later than 9/23/99. Exercise of the awarded contract is
contingent upon availability of funds and/or a full appropriation for
each new fiscal year. Service to become effective 10/1/99 and the place
of delivery shall be the FBI Field Office, 550 Main Street, Room 9000,
Cincinnati, Ohio 45202. The following FAR clauses apply to this
acquisition: 52.212-1 Instructions to Offerors -- Commercial Items (Aug
1998). 52.212-2 Evaluation -- Commercial Items (Jan 1999). The
Government will award a contract resulting from this combined
synopsis/solicitation to the responsible Offeror whose proposal
conforming to this synopsis/solicitation will be most advantageous to
the Government, price and other factors considered. The following
factors shall be used to evaluate proposals, price, technical
capability and past performance. Technical and past performance, when
combined, are more important than price. Vendors are required to submit
past performance information, including points of contact, on the last
three contracts for similar equipment and service. 52.212-3 Offeror
Representations and Certifications -- Commercial Items (Feb 1999).
Proposals shall be accompanied by completed representations and
certifications. A copy of these representations and certifications must
be submitted with proposal. 52.212-4 Contract Terms and Conditions --
Commercial Items (Apr 1998). 52.212-5 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items
(Jan 1999). 52.217-9 Option to Extend the Terms of the Contract (Mar
1989). 52.232-33 Mandatory Information for Electronic Funds Transfer
Payment (Aug 1996). Year 2000 Compliant -1. This clause applies to all
systems (hardware, software, and systems comprised of information
technology products) used in performance of this contract. 2. Examples
of (but not limited to) non-computer information systems: a. Access
devices b. Analog voice systems c. Cameras d. Medical equipment e.
Elevators f. Security systems g. Fire control systems h. Generators i.
HVAC systems j. Communications systems 3. The contractor shall provide
and maintain systems and equipment which are year 2000 compliant.
Complete records of all year 2000 compliant inspections performed by
the contractor shall be maintained and made available to the Government
during contract performance. 4. If any of the systems used do not
conform with year 2000 requirements, the Government will requirethe
contractor to perform any and all services necessary to ensure systems
and equipment conform with year 2000 requirements, at no increase in
contract amount. 5. The rights of the Government and remedies described
in this clause are in addition to all other rights and remedies set
forth in this solicitation. Specifically, the Government reserves its
rights under the Inspection of Services and Termination clauses.
Certification. I hereby certify that all systems and equipment utilized
in performance of this contract will be year 2000 compliant.
_______________________________________Name of
Organization_______________________________________ Name and Signature
of Authorized Negotiator__________________ Date. Year 2000 Warranty --
The Contractor represents that the following warranty applies to all
products licensed under this combined synopsis/solicitation. The
Contractor warrants that all products provided under this combined
synopsis/solicitation shall be able to accurately process date/time
data (including, but not limited to, calculating, comparing, and
sequencing) from, into, and between the twentieth and the twenty-first
centuries, and the years 1999 and 2000 and leap year calculations. The
duration of this warranty and the remedies available to the Government
for breach of this warranty shall be as defined in, and subject to,
the terms and limitations of the standard commercial warranty or
warranties contained in this contract or the applicable End User
License Agreement, provided that notwithstanding any provision to the
contrary in such commercial warranty or warranties, the remedies
available to the Government under this warranty shall include an
obligation by the Contractor to repair or replace any such product
whose non-compliance is discovered and made known to the contractor in
writing at any time prior to June 1, 2000 or for a period of six
months following acceptance, whichever is the later date. Nothing in
this warranty shall be construed to limit any rights or remedies that
the Government may otherwise have under this combined
synopsis/solicitation. This warranty shall not apply to products that
do not require the processing of date/time data in order to function as
specified in this combined synopsis/solicitation. In addition to the
listed FAR provisions and clauses, all Offerors must provide a
contractor identification code which is currently the Dun and
Bradstreet Data Universal Numbering System (DUNS) number. The selected
Offeror shall also submit an electronic payment form SF-3881 ACH
Vendor/Miscellaneous Payment Enrollment in accordance with the Debt
Collection Act of 1996. A copy of this form may be obtained from the
U.S. Treasury web site address http://www.ustreas.gov/forms.html. All
FAR provisions and clauses may be reviewed and/or obtained from the
General Services Administration's Federal Acquisition Regulation web
site at Internet address http://www.arnet.gov/far/ except for the Year
2000 Compliant clause. A copy may be obtained by sending a FAX'ed
request to Mr. Paul D. Rankin or to Mrs. Tracie L. Davidson at (703)
814-4787 or (703) 814-4730, between the hours of 7:30 AM and 4:00 PM
EST, Monday through Friday. Signed and dated proposals must be
submitted to the FBI, Suite 300, 14800 Conference Center Drive,
Chantilly, Virginia 20151, no later than 4:00 PM Eastern Standard Time
(EST) 9/6/99. All proposals must be submitted in hard copy. NO Faxed
proposals will be accepted. The contact for information regarding this
solicitation may be obtained by contacting Mr. Paul D. Rankin at (703)
814-4914 or Mrs. Tracie L. Davidson at (703) 814-4722 between the hours
of 7:30 AM and 4:00 PM EST, Monday through Friday. The proposal number
RFQ-787058 must be listed on the outside of the submission. Posted
08/20/99 (W-SN370525). (0232) Loren Data Corp. http://www.ld.com (SYN# 0026 19990824\D-0011.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|