|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 12,1999 PSA#2452FBI/TCAU, 14800 Conference Center Drive, Suite 300, Chantilly, VA
20151 D -- PAGER SERVICE FOR JACKSONVILLE, FLORIDA SOL RFQ-730007 DUE 110199
POC Tracie L. Davidson at (703) 814-4722 or Paul D. Rankin at (703)
814-4914 This is an amended 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-730007 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
Jacksonville, Florida: The proposal shall include the following
information to be considered: 5 Nationwide 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.
65 Statewide Numeric Digital Pagers with Local Number. Price should
include details related to monthly service fee, any additional zone
and/or regional fees, and charges for a local number. 30 Statewide
Numeric 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. 25 Statewide Alphanumeric Digital
Pagers with Local or 800/888 Number. 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, charges for
personal 800 or 888 number without PIN, and charges for a local number.
Group Sending Devices. Price should include details related to the use
whensending pages to pagers that have group paging capabilities. --
all bidders must submit a detailed map showing, at a minimum, an
overlay of the entire state of Florida that shows local coverage for
the Florida panhandle, north Florida, and as far south as Citrus,
Sumter, Lake, and Volusia counties. Bidders must also provide pager
coverage between the following Resident Agencies (RAs): Daytona Beach,
Gainesville, Ocala, Tallahassee, Panama City, Fort Walton Beach, and
Pensacola. Indicate any other coverage by county and/or district, with
a description of the service plans and associated fees for both local
and extended areas for each service proposed; -- The proposal for the
above requirement shall be for the total coverage in order to ensure
single billing to the Federal Bureau of Investigation. This may require
the contractor to form allegiances with a paging provider(s) to meet
this requirement. BIDDERS WHO ARE UNABLE TO SHOW/OFFER COMPLETE
COVERAGE EITHER AS A SOLE PROVIDER OR THROUGH A PARTNERING ARRANGEMENT
SHALL BE CONSIDERED NON-RESPONSIVE TO THIS REQUIREMENT; -- detailed
pricing for the base year and all option years for all services and
equipment described below; -- complete description of the pager being
provided, including warranty, replacement provisions, and training; --
description of all ancillary services provided with pricing, such as
battery replacement; -- 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; -- all pricing
should reflect priority paging; and -- past performance references for
the last three (3) contracts of a similar nature. Bidders shall ensure
all reference points of contact, i.e., organization, name, and phone
number, are accurate. 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 12/1/99. 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 12/15/99 and the place of delivery shall be the FBI Field
Office at 7820 Arlington Expressway, Suite 200, Jacksonville, Florida,
32211-7499. The FBI reserves the right to make multiple awards as a
result of this solicitation. 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 a 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 (Apr1998). 52.212-5 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items
(Mar 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 require the
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 clauses and provision 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 beobtained by sending a FAX'ed
request to Mr. Paul D. Rankin or Ms. 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. Two (2) copies of a signed and dated
proposal 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) 11/1/99. 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 Ms. 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-730007 must be listed on the outside of the
submission. BIDDER PACKAGES SHALL INCLUDE ALL INFORMATION REQUESTED
WITHIN THIS SOLICITATION TO BE CONSIDERED. Posted 10/07/99
(W-SN389976). (0280) Loren Data Corp. http://www.ld.com (SYN# 0025 19991012\D-0009.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|