|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 20,1999 PSA#2458FBI/TCAU, 14800 Conference Center Drive, Suite 300, Chantilly, VA
20151 D -- SOLICITATION FOR PAGER SERVICE FOR PHOENIX, ARIZONA SOL
RFQ-922326 DUE 110399 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-922326 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 Phoenix, Arizona: The proposal shall include the
following information to be considered: 160 Regional Numeric Digital
Pagers. Coverage is inclusive of the following areas: Arizona; major
metro areas within Nevada, to include Las Vegas; California; and New
Mexico, with particular attention to the Gallup area. Price should
include details related to monthly service fee, any additional zone
and/or regional fees, and charges for a personal toll free number. 120
Regional Alphanumeric Digital Pagers. Coverage is inclusive of the
following areas: Arizona; major metro areas within Nevada, to include
Las Vegas; California; and New Mexico, with particular attention to the
Gallup area. Price should include details related to monthly service
fee, any additional zone and/or regional fees, and charges for a
personal toll free number. 15 Nationwide Numeric Digital Pagers. Price
should include details related to monthly service fees and additional
zone and/or regional fees, and charges for a personal toll free
number. 15 Nationwide Alphanumeric Digital Pagers. Price should include
details related to monthly service fee, any additional zone and/or
regional fees, and charges for a personal toll free number. -- provide
information on the availability of "group" number assignments; -- all
bidders must submit a detailed map showing an overlay of the entire
state of Arizona, as well as the following surrounding states: New
Mexico, Nevada, and California. 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, training, and after-hour customer support; -- description
of all ancillary services provided with pricing, such as battery
replacement, keyboard paging devices, and software paging programs; --
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 201 East Indianola,
Phoenix, Arizona, 85012. 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 (Jun 1999). 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 (Jun 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 (May 1999). 52.212-5 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items
(May 1999). 52.217-9 Option to Extend the Terms of the Contract (Mar
1989). 52.232-33 Mandatory Information for Electronic Funds Transfer
Payment (May 1999). 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 be obtained 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) 11/3/99. 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-922326 must be listed on the outside of the
submission. BIDDER PACKAGES SHALL INCLUDE ALL INFORMATION REQUESTED
WITHIN THIS SOLICITATION TO BE CONSIDERED. Posted 10/18/99
(W-SN392562). (0291) Loren Data Corp. http://www.ld.com (SYN# 0013 19991020\D-0002.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|