COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28, 2001 PSA #2924
SOLICITATIONS
D -- TELECOMMUNICATION SERVICES =20
- Notice Date
- August 24, 2001
- Contracting Office
- Fleet and Industrial Supply Center (FISC) Norfolk Detachment=20 Philadelphia, 700 Robbins Ave., Bldg.2B, Philadelphia, PA 19111-5083
- ZIP Code
- 19111-5083
- Solicitation Number
- N00140-01-R-3905 =20
- Response Due
- September 10, 2001
- Point of Contact
- Point of Contact -- W. A. Woodring, Contract Negotiator, 215-697-9644,=20 Contracting Officer -- J. J. Swizewski, 215-697-9644.
- E-Mail Address
- CLICK HERE TO CONTACT THE BID OFFICER (SYNOPSIS@PHIL.FISC.NAVY.MIL)
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared=20 in accordance with the information in FAR Subpart 12.6, as supplemented with=20 the additional information included in this notice. This announcement=20 constitutes the only solicitation; a written solicitation will not be issued. =20 PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Proposals are hereby=20 being requested and a written solicitation will not be issued. Refer to=20 solicitation as RFQ N00140-01-Q-3905. This solicitation document and=20 incorporated provisions and clauses are those in effect through FAC 97-11 and=20 DFARS 19990503. It is the contractor's responsibility to be familiar with the=20 applicable clauses and provisions. The clauses may be accessed in full text at=20 these addresses: www.arnet.gov/far and www.dtic.mil/dfars. The North American=20 Industry Classification System (NAICS) code is 513310. This is a sole source=20 action with Cox Communications, since they are the only source capable of=20 providing services and supplies required for direct computer access through=20 subscriber cable service in the Hampton Roads area of Virginia. FISC=20 Detachment Philadelphia requests responses from qualified sources capable of=20 providing required internet connection services and support at multiple residences within the Hampton Roads area in support of employees of the Space=20 and Warfare Systems Center Chesapeake, including the following: (1) Four hour=20 response regarding service availability for potential new subscribers; (2)=20 provision and installation at each residence of equipment required to provide=20 internet cable connection, including cable modem, at no additional charge; (3)=20 maintenance support/repair service of the internet connection service and=20 related equipment at no additional charge with a four hour response time; and=20 (4) fifteen day notice of individual subscriber account termination and disconnection at no additional charge. A firm fixed price, indefinite delivery=20 indefinite quantity type contract is contemplated for twelve months of service=20 with two option years. The not-to exceed quantity for the base period of=20 performance is 45 subscribers, with a not-to exceed quantities of 60=20 subscribers for the first option year and 75 subscribers for the second option=20 year. The following FAR provision and clauses are applicable to this=20 procurement: 52.212-1, NOTE: Offeror's attention is specifically directed to=20 paragraph (b)(11) of this provision. OFFERORS THAT FAIL TO FURNISH REQUIRED=20 REPRESENTATIONS OR INFORMATION, OR REFECT THE TERMS AND CONDITIONS OF THE SOLICITATION MAY BE EXCLUDED FROM CONSIDERATION. 52.212-2, FILL-IN: PARAGRAPH=20 (A) Corporate Experience, Past Performance, and Price; FILL-IN (second=20 paragraph) Corporate Experience, Past Performance, and Price are considered of=20 equal importance. 52.212-3 ALT I; 52.212-4, 52.212-5 including the following=20 additional FAR clauses/provisions 52.203-6, 52.219-8, 52.222-26, 52.222-35,=20 52.222-36, 52.222-37, 52.225-3, and DFARS 252.212-7001 including the following=20 additional DFARS clauses/provisions 252.212-7001, 252.225-7012, and=20 252.225-7036. Additionally, FAR 52.217-9, FILL-IN: paragraph (a) 30 days=20 FILL-IN: paragraph (c) 12.5 months and FAR 52.245-2 are incorporated by reference. Offerors are advised to include a completed copy of provisions at=20 FAR 52.212-3 ALT I and DFARS 252.212-7000 with their proposal. The Year 2000=20 Warranty -- Commercial Items applies. This announcement will close at 4:00pm on=20 10 September 2001. The point of contact for this procurement is W. A.=20 Woodring, who can be reached at (215) 697-9644 or email=20 William_A_Woodring@phil.fisc.navy.mil. Facsimile responses shall also be=20 accepted at (215) 697-9719 and should be marked with RFQ number=20 N00140-01-Q-3905 and directed to the attention of W. A. Woodring, Code O2P22B. =20 While price will be a significant factor in the evaluation of offers, the final=20 contract award will be based on a combination of factors -- a combination of=20 price and corporate experience/ past performance/ a determination of=20 responsibility/ technically acceptable low bids). "Note 22 applies, however,=20 all offers received within 17 days (in lieu of 45 days) after date of=20 publication of original synopsis will be considered by the Government." All=20 quotes shall include price(s); FOB point, a point of contact, name and phone=20 number, GSA contract number if applicable; and business size and payment=20 terms. Quotes over 10 pages in total will not be accepted by facsimile. The=20 Naval Surface Warfare Center, Dahlgren Division, Dahlgren Laboratory=20 Procurement Division is implementing Electronic Commerce (EC) in the=20 acquisition area, therefore synopsis and resulting solicitations with any=20 applicable amendments will be available on the World Wide Web at=20 http://www.nswc.navy.mil/supply under Procurement Division. After 1 October=20 1997, solicitations and amendments will only be available at the above Web=20 sites. Hard copies WILL NOT be provided. Vendors should regularly access the=20 NSWCDD Web site to ensure that they have downloaded all amendments. For=20 solicitations issued after 31 March 1998, DOD will no longer award contracts to=20 contractors not registered in the Central Contractor Registration (CCR) database. Registration may be done by accessing the CCR Web site at=20 http://www.acq.osd.mil/ec. A paper registration form may be obtained from the=20 DOD Electronic Commerce Information Center at 1 (800) 334-3414. Proposals will=20 be evaluated using the following technical criteria: a. Corporate Experience. =20 b. Past performance: The offeror shall submit, as part of its proposal, information on previously performed contracts or on-going contracts that are=20 similar to the statement of work in the solicitation performed for Federal,=20 State or local Governments, and for commercial firms. Information shall be=20 provided on either (1) all such contracts within the past three years, or (2)=20 the last three such contracts performed, whichever is fewer, and shall be=20 limited to the name and address of the organization for which the product was=20 supplied and services were performed and the number (phone, fax or Internet) of=20 at least two contacts for each contract listed. The offeror should not describe=20 past performance history in the proposal. The information may include, however,=20 discussion of any major problems encountered on the contracts listed and the=20 corrective actions taken to resolve them. The information may also include a=20 description of any quality awards earned by the offeror. Documented experience=20 doing PaperWise conversions will receive particular consideration. The relationship of price to all other factors is 1:2. Responses will be evaluated=20 according to which firm can meet the functional requirements at the best value=20 to the Government. Sources demonstrating the capability of furnishing the=20 above system shall supply pertinent information to perform a complete and=20 proper evaluation. Each bid response must clearly indicate the capability of=20 the bidder to meet all specifications and requirements. Addenda to FAR 52.212-1 is DFARS 252.204-7004 entitled "Required Central Contractor=20 Registration (CCR). Offerors must be registered in the CCR database to be=20 considered for award. The provisions at FAR 52.212-2 entitled=20 "Evaluation-Commercial Items" is applicable to this acquisition. The following=20 factors shall be used to evaluate offerors: (1) Corporate Experience (2) Past=20 Performance (3) Ability to meet the Government's desired delivery date. Year=20 2000 Compliance (a) All information technology provided under, or in support=20 of, this contract by the contractor and all subcontractors shall be Year 2000=20 compliant. "Year 2000 compliant" means, with respect to information technology,=20 that the information technology processes date/time (including but not limited=20 to, calculating, comparing and sequencing) from, into and between the twentieth=20 and twenty-first centuries, and the years 1999 and 2000 and leap year=20 calculations, to the extent that other information technology, used in=20 combination with the information technology being acquired, properly exchanges=20 date/time data with it. (b) To ensure year 2000 compliance, the contractor,=20 shall at a minimum, test a representative sampling of the information=20 technology, or same type or information technology, that will be provided under=20 this contract. Testing will be accomplished and documented in accordance with=20 generally accepted commercial standards/practices. If requested, the contractor=20 shall provide the Government with a copy of their random sampling testing=20 documentation sufficient to provide reasonable assurance of year 2000=20 compliance, at no additional cost to the Government. DFAR 252.204-7001 Commercial and Government Entity (CAGE) Code, DFAR 252.204-7004 Required=20 Central Contractor Registration.
- Record
- Loren Data Corp. 20010828/DSOL002.HTM (D-236 SN50V991)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on August 24, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|