COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,2000 PSA#2661 FBI/TCAU, 14800 Conference Center Drive, Suite 300, Chantilly, VA
20151 D -- PAGER SERVICE, LAS VEGAS, NEVADA SOL RFQ-0010404 DUE 082300 POC
Tracie L. Davidson at (703) 814-4722 or Paul D. Rankin at (703)
814-4914 This is a combined synopsis/solicitation for commercial items
prepared 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-0010404 is
issued as a Request for Quotation, under simplified acquisition
procedures, test program, unrestricted. The SIC code is 3663 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 97-18. 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 Las Vegas,
Nevada: 172 Statewide or Regional Alphanumeric Digital Pagers, 17
pagers with a (775) area code for the Reno area, and 155 pagers with a
(702) area code for the Las Vegas area. Price should include details
related to monthly service fee, any additional zone and/or regional
fees, charges for a personal 800 number with PIN, and charges for a
personal 800 number without PIN. 2 Nationwide Alphanumeric Digital
Pagers, one with a (702) area code. Price should include details
related to monthly service fee, any additional zone and/or regional
fees, charges for a personal 800 number with PIN and charges for
personal 800 number without PIN. 12 Alphamate Machines. Price should
include details related to the use when sending pages to pagers that
have group paging capabilities. The proposal shall also include the
following information to be considered: A detailed map showing an
overlay of the service area covered, to include, at a minimum,
statewide coverage, to include the Las Vegas Division and the following
areas: Carson City, Reno, and Lake Tahoe. Coverage should also show any
extended areas to include the immediate tri-state area, Arizona,
California, and Nevada. A DETAILED NARRATIVE THAT CLEARLY DELINEATES
THE COVERAGE AREA BEING OFFERED FOR EACH SERVICE INCLUDED (LOCAL,
STATE, REGIONAL) IN THE QUOTE SHALL ACCOMPANY ALL MAPS. THIS
DESCRIPTIVE NARRATIVE SHALL IDENTIFY THE NORTH, SOUTH, EAST, AND WEST
BOUNDARIES OF THE COVERAGE BEING QUOTED IN TERMS OF CITIES, HIGHWAYS,
AND/OR STATE BOUNDARIES. ANY QUOTE ACCEPTED BY THE FBI THAT RESULTS IN
A CONTRACTUAL ACCEPTANCE BY THE BIDDER SHALL ENSURE DELIVERY OF THE
DESCRIBED COVERAGE. 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 alliances 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. Identify by name and service center address, if
applicable, teaming partner(s) used to ensure complete paging coverage
of all above stated areas. 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
group paging and 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 (3) contracts of a similar nature. Bids
received without past performance references shall be considered
non-responsive. 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
9/18/00. 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 10/1/00 and the place of delivery
shall be the FBI Field Office at John Lawrence Bailey Building, 700
East Charleston Boulevard, Las Vegas, Nevada, 89104-1545. 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 (Mar 2000).
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 2000). Proposals shall be
accompanied by a completed representations and certifications. 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 (Jul 2000). 52.217-9 Option to
Extend the Terms of the Contract (Mar 2000). 52.232-33 Mandatory
Information for Electronic Funds Transfer Payment (May 1999). 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) 8/23/00. 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 Ms. Tracie
L. Davidson at (703) 814-4722 or Mr. Paul D. Rankin at (703) 814-4914
between the hours of 7:30 AM and 4:00 PM EST, Monday through Friday.
The proposal number RFQ-0010404 must be listed on the outside of the
submission. BIDDER PACKAGES SHALL INCLUDE ALL INFORMATION REQUESTED
WITHIN THIS SOLICITATION TO BE CONSIDERED. Posted 08/08/00
(W-SN483726). (0221) Loren Data Corp. http://www.ld.com (SYN# 0021 20000810\D-0005.SOL)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on August 8, 2000 by Loren Data Corp. --
info@ld.com
|
|
|