Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,2000 PSA#2661

Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063

D -- CELLULAR PHONE SERVICE FOR NELLIS AFB, NV. SOL F26600-00-Q-Z036 DUE 083100 POC Maria Rodriguez, Contracting Craftsman, Phone 702-652-5352, Fax 702-652-5405, Email maria.rodriguez@nellis.af.mil -- Tim Brim, Contracting Apprentice, Phone 702-652-9567, Fax 702-652-3367, Email WEB: Visit this URL for the latest information about this, http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F26600-00-Q-Z036&LocID=885. E-MAIL: Maria Rodriguez, maria.rodriguez@nellis.af.mil. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation (F26600-00-Q-Z036) is issued as a Request for Qffer (RFO). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. This acquisition is unrestricted. The SIC code for this solicitation is 4813. The item description is as follows: Nonpersonal service to provide the Nellis AFB community with state of the art, cost effective, and enhanced wireless service. Service shall include ability to access all local, regional and/or long distance areas. Service is to procure a combined package of wireless cellular telephones and airtime services, on a monthly price basis, to be primarily used within the United States by Nellis AFB personnel, using analog, digital, PCS or a combination with dual/tri mode capable assets. Contractors shall submit a Request for Offer (RFO) for Wireless Telephone Service and Equipment per service plans available in all areas using analog, digital and dual mode telephones. Contractor shall provide service to all existing digital and analog wireless telephones owned by Nellis AFB, as well as additional telephones acquired by Nellis AFB. Contractors shall include cost; such as, roaming fees (if applicable), long distance rates, and the benefit and provisions within each plan. This will result in the award of a Blanket Purchase Agreement (BPA) for service connection, airtime, long distance service, maintenance service for equipment under manufacturer's warranty, and cellular equipment for all Nellis AFB owned wireless telephones. The anticipated performance period will be five years. The contractor shall comply with the requirement IAW the Performance Work Statement (PFW) and the Terms and Conditions as stated in the BPA. The Government intends to acquire a commercial item using FAR Part 12. All qualified responsible sources may submit a Request for Offer which will be considered by this agency. The government intends to use best value judgement and may not award the purchase order the lowest quotation received. The following factors shall be used to evaluate offers: (i) Past performance-Submit responses IAW 52-212-1(b)(10), (ii) Price-Price will be an important factor in the award of this purchase order, (iii) Suitability. Prices will be analyzed and evaluated based on price competition most advantageous to the government. Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in contractor performance. In the case of a contractor without a record of relevant past performance, the contractor will not be evaluated favorable or unfavorably on past performance. The government will consider completed questionnaires (Attachment 1). Award will be made to the responsible, responsive offeror who provides the best overall value to the government. Past performance information shall be required prior to award. The provision at FAR 52.212-1, Instructions to Offerers-Commercial, applies to this solicitation. The Clause at FAR 52.212-2; Evaluation of Commercial items, applies to this solicitation, and FAR 52.246-4 Inspection of Services- Fixed price (Aug 1996) applies to this solicitation and subsequent award. Award will be made to the responsible, responsive offeror whose offer represent the best value to the Government based on price and past performance. Prices to the government shall be as low as or lower than those charged to the contractor_s most favored customer. The Clause at 52.212-3 Offeror Representations and Certifications_Commercial items, applies to this solicitation. Offerors who fail to submit a completed Representation and Certification may be considered non-responsive. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial items applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial items, appliesto this solicitation. Specifically, the following cited clauses are applicable to this solicitation, FAR 52.233-3 Protest after Award, FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative action for Disabled Veterans and Veterans of the Vietnam, Era; FAR 52.222-36 Affirmative Action for workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.222-41 Service Contract Act of 1965 as amended, FAR 52.232-33 Mandatory Information for Electronic Funds Transfer payment. In compliance with the Service Contract Act of 1965, and the regulations of the Secretary of Labor, this clause identifies the classes of service for employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 USC 5341 or 5332. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, FAR 52.222-43 Fair Labor Standards Act and Service Contract Act-PriceAdjustment (Multiple Year and Option Contracts)., DFARS 252.204-7004 Required Central Contract Registration. For solicitations after 1Jun 98 all contractors are required to be registered in the central contractor registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. If the Duns number is not known, call (800) 333-0505. You will immediately be provided the number at no charge. The Performance Work Statement, Terms and Conditions, Pre-award Evaluations, are posted on the Electronic Posting System (EPS) at www.eps.gov. To find this solicitation look under EPS for Vendors, click on USAF _posted dated_. If you are unable to access the web-site, call SSgt Wirhouski at (702-652-4384), email Maria.Rodriguez@nellis.af.mil, fax (702-652-5405) or SSgt. Tim Brim at (702-652-9564). Quotes are due on or before 2:00 pm PST 31 Aug 00. A site visit is schedule for Aug 14, 2000 @ 9:00 am PST. Posted 08/08/00 (D-SN483581). (0221)

Loren Data Corp. http://www.ld.com (SYN# 0025 20000810\D-0009.SOL)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |


Created on August 8, 2000 by Loren Data Corp. -- info@ld.com