COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 26, 2000 PSA #2714
SOLICITATIONS
W -- W -- PAGERS
- Notice Date
- October 24, 2000
- Contracting Office
- Department of Commerce, Patent and Trademark Office (PTO), Office of Procurement, Box 6, Washington, DC, 20231
- ZIP Code
- 20231
- Solicitation Number
- 52PAPT001010
- Response Due
- November 17, 2000
- Point of Contact
- Kristal Taylor, Contracting Officer, Phone (703) 305-8017, Fax (703) 308-5484, Email kristal.taylor@uspto.gov -- Zalma Ross, Contracting Officer, Phone (703) 305-8441, Fax (703) 305-8294, Email
- E-Mail Address
- Kristal Taylor (kristal.taylor@uspto.gov)
- Description
- Introduction: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the RFP and is the only solicitation that will be issued. Proposals are requested pursuant to this announcement. All responses shall reference Solicitation No. 52-PAPT-0-01010. This solicitation incorporates all of the applicable provisions and clauses in effect through FAC 97-20, as if stated in full text, as well as the terms and conditions of FAR 52.212-1. "Instructions to Offerors -- Commercial Items". This is a full and open competitive procurement. This procurement is to provide for the lease of wireless messaging and paging services that are current, cost-effective and easy to use for The United States Patent and Trademark Office (USPTO) as well as other government agencies. The USPTO intends to award a contract with a twelve-month base period and four option years. It is contemplated that a Firm Fixed Price Indefinite-Deliver, Indefinite-Quantity, government-wide acquisition contract shall be awarded as a result of this solicitation. Objective: The USPTO plans to implement a government-wide contract to acquire paging/messaging systems that shall be compatible with the USPTO technical environment. These services shall include, at a minimum, hardware and software throughout the life cycle, unlimited dispatch services, pager selections, local/nationwide capabilities Technical/Functional Environment: The USPTO desires to acquire paging/messaging and/or voice systems that best meets the following PTO environment: (A) Technical/Functional Environment: USPTO desires to acquire pagers with a wide variety of messaging functionalities, which provide traditional paging to advanced messaging. The USPTO is looking for pagers and pager service that has high acceptance, use, and a success rate in the market. USPTO currently has equipment, maintenance, support, and training necessary to provide pager service of numeric and alphanumeric pagers. Presently USPTO is afforded paging services accessible in all 50 states, offer local (defined as a minimum of 100 mile radius from Crystal City, VA), regional and national area coverage. A toll-free 800 number dispatch service and insurance loss protection is also available. The USPTO currently has a toll free 800 number for dispatch operation. USPTO has free on-site maintenance comprised of cold spare replacement within two-hours of notification, and activation within one hour of replacement. USPTO desires a complete description of the pager being provided, including warranty, replacement provisions, training, and after-hour customer support. Currently a limited number of unassigned pager devices are provided for replacement, failed, or defective devices. (B) Additional Desired Features: Listed below is additional features that are desired and will be evaluated factored as part of the technical evaluation. . Ability to propose varying levels of pagers, i.e. Economy, Standard, Premium. . Quality of dispatch service provided by the offeror, i.e. web-based, messenger-based. . Shipping method that includes a tracking system for pagers and spares. . Network reliability, proposed spare equipment (emergency readiness), and readiness training and personnel. . A monthly fee with unlimited calls. . Development of a Conversion Plan to assist in the conversion of existing pagers to offeror's system also is desired. . Status Reports -- Ability to provide a complete status of action on a continual basis. Reports should address critical operational activities that allow agency to analyze status and performance of offeror. Evaluation: The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation shall be the most advantageous and represents the best value to the Government, price and other factors considered. Proposals will be evaluated based on the factors as listed below for the base year contract, plus four one-year options to be awarded. The following factors shall be used to evaluate offers: Factor 1 is more important than Factor 2 and 3; and Factor 2 is more important than Factor 3; together Factor 1 and 2 are significantly more important that Factor 3. Provided below is the list of evaluation criteria: 1. Technical and Functional Capability: PTO will evaluate those offers, which meet or exceed the environment described above. Offeror's capability statement shall be evaluated under this factor. (See Instructions) Desired features will be evaluated as exceeding the USPTO environmental features. 2. Past Performance/Experience: The Pagers proposed by offeror should have a high acceptance, use, and success rate in the market. Past performance, customer satisfaction, support and problem resolution will be evaluated in accordance with the (5) references. (See Instructions listed below) 3. Price: Price will not be scored but will be evaluated. As proposals become more technically equal, price will become more important. See Section B for the minimum and maximum quantities. For the purpose of evaluating price, the PTO will evaluate the total price for CLIN(s) 0001AA, 0002AA, 0003AA, 0006AA, 0007AA, 0008AA, 0011AA, 0012AA, 0013AA, 0016AA, 0017AA, 0018AA, 0021AA, 0022AA, 0023AA. Applying a quantity of one (1) pager to the proposed unit price for the CLINs mentioned above will be used to calculate the total price. Past Performance evaluations shall be based on information obtained from the contacts/references provided by the offerors, as well as any other information the Government may have obtained from other sources. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the options prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for accreptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after is receipt, unless a written notice of withdrawal is receive before award. Instructions/Notice to Offerors: Offerors are requested to submit one (1) signed and dated original and four (4) copies of their proposal. The proposal shall be brief and concise and utilize product marketing and technical brochures where applicable, and shall include a capability statement. Offerors shall also demonstrate the technical and functional capability of the product proposed. Offeror shall provide five (5) references as follows: (1) The first reference of which is based in the Washington Metropolitan area or a close as possible; (2) a customer that has a minimum of 200 plus users; (3) a nationwide customer; (4) a government reference; and (5) the Offeror's choice. Offeror's shall ensure all reference points of contact, i.e., organization, name, and telephone number, are accurate. These references shall be submitted with the Offeror's proposal on the due date stated herein. Failure to propose on the option years will make an offeror ineligible for award. Evaluation of options shall not obligate the Government to exercise the option(s). The USPTO reserves the right to make multiple awards as a result of this solicitation. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose proposal conforms to this synopsis/solicitation and that is most advantageous to the Government, price and other factors considered. The Government may award a contract based on initial offers received, without discussion of such offers. Accordingly, each initial offer should be submitted on the most favorable terms from a cost and technical standpoint. However, if considered necessary by the Contracting Officer, discussions will be conducted with those offerors that represent the best value to the Government, price and other factors considered. Proposals shall also include a completed copy of the provision at 52.212-3 "Offeror Representation and Certifications Commercial Items (June 1999)." A copy of these representations and certifications may be obtained on the following FAR web site: http://www.arnet.gov/far/loadmain52.html. The contract award will include the clauses cited at FAR 52.212-4 "Contract Terms and Conditions -- Commercial Items (Apr 1998)"; FAR 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 1999); _x__ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); _x__ (12) 52.222-26, Equal Opportunity (E.O. 11246); _x__ (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); _x__ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); _x__ (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); _x__ (17) 52.225-1, Buy American Act -- Balance of Payments Program -- Supplies (41U.S.C. 10a -- 10d); _x__ (23) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332). FAR 52.217-9 "Option to Extend the Terms of the Contract (Mar 1989)"; FAR 52.232-33 "Mandatory Information for Electronic Funds Transfer Payment (Aug 1996)", FAR 52.216-18 Ordering (Oct 1995), FAR 52.216-20 Order Limitations (Oct 1995), FAR 52.216-22 Indefinite Quantity (Oct 1995). All FAR clauses and provision may be reviewed and/or obtained from the web site above except for the Year 2000 Compliant clause. This solicitation incorporates the Department of Commerce Agency-Level Protest Procedures listed at http:www.uspto.gov/web/offices/ ac/ comp/ proc/protest/htm. Past performance questionnaires shall be the sole responsibility of the offeror. Section B, DO request form, Funds agreement form and other information will be available on PTO's web site at http://www.uspto.gov/web/offices/ac/comp/proc/projanno.htm, which is anticipated to be available late October 2000. Deliveries from a resulting contract shall be F.O.B. Destination, within 30 days of award date to Carol Edmonds, U.S. Patent and Trademark Office, Office of Administrative Service, 2011 Crystal Drive -- Suite 609, Arlington, Virginia 22202. Any charges not bid but required to make the product/service viable will be considered a hidden cost and will be provided by the vendor at no additional cost to the government for the term of the contract and any options. USPTO will address all questions and concerns prior to the cut off date of 11/03/00. Proposals shall be delivered to the Patent and Trademark Office, Office of Procurement, 2011 Crystal Drive, Suite 810, Arlington, VA 22202, Attention: Ms. Kristal Taylor, Contracting Officer, no later than 2:00 PM (EST) on November 17, 2000. The points of contact for information regarding this solicitation are Ms. Taylor at 703-305-8017 or kristal.taylor@uspto.gov and Ms. Zalma Ross at 703-305-8441 or zalma.ross@uspto.gov.
- Web Link
- Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=52PAPT001010&LocID=251)
- Record
- Loren Data Corp. 20001026/WSOL001.HTM (D-298 SN5050J7)
| W - Lease or Rental of Equipment Index
|
Issue Index |
Created on October 24, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|