Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2003 FBO #0499
SOLICITATION NOTICE

J -- Telephone System Services

Notice Date
4/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Bureau of Prisons, Central Office Business Office, 320 First Street, NW, Room 5002, Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
RFQ1C0-0329
 
Archive Date
5/8/2003
 
Point of Contact
Larry Sayles, Contract Specialist, Phone 202-307-3223, Fax 202-514-0523, - Donna Harris, Supervisory Contract Specialist, Phone 202-307-3943, Fax 202-514-0523,
 
E-Mail Address
bop9493@bop.gov, ddharris@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Federal Bureau of Prisons, Central Office Business Office intends to award a small business set-aside firm-fixed price requirements type contract for Telephone Systems Services. The applicable NAICS Code for this requirement is 238210 with a size standard of $12 million. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued is RFQ 1CO-0329. The solicitation document incorporates the provisions and clauses in effect through Federal Acquisition Circular (FAC) 2001-13. STATEMENT OF WORK: The contractor shall provide all labor, material, tools and equipment necessary for installing, maintaining, repairing and upgrading of the BOP Central Office telephonic equipment located at FBOP, Central Office, Buildings 320, 400 and 500 First Street, N.W., Washington, D.C. 20534. Equipment programming and telephone feature setup will be performed at the request of BOP Central Office staff, to include training and personnel assistance. The contractor shall maintain, operate, upgrade, administer, and provide expertise for the existing Central Office telecommunications systems, which includes AT&T/Lucent Merlin Legend hybrid Key, Intuity Voice Mail systems and Nortel DMS-lOO. The contractor shall be experienced with both the hardware and software configuration of Legend and Intuity systems. The contractor shall also be proficient with the operation, maintenance and installation of Nortel DMS-lOO compatible telephone sets and features, the ability to administer voice mail, setup auto-attendants, and make feature changes as required. An in depth knowledge of Category 3 and Category S telecommunications cable installation and distribution techniques are required. The contractor shall be knowledgeable and able to install all components associated with telecommunications physical plant wire distribution for multi-level metropolitan office buildings. A working knowledge of industry standard installation practices is also required. The contractor shall be required to pull, install and remove multi-pair cable throughout the facilities. Contractor shall be available between the hours of 6am to 4pm, Monday through Friday, excluding Federal Holidays, for maximum of thirty hours per week. CREDENTIALS: The contractor shall provide copies to the government of relevant courses, diplomas or certificates from accredited schools, colleges, etc. in the areas of telecommunications. Also, provide letters of reference that reflect the contractors judgement, maturity, knowledge, skills and abilities in acting independent of direct supervision and providing high quality services, such as a Telecommunications Technician during a given time period. PRICING: The offeror must provide a firm fixed price hourly rate for Telephone Equipment Technician services, for the base year and option year one (approximately 1664 hours per year). The rate shall be inclusive of all direct and indirect administrative, travel or clerical duties associated with this service. NON-PERSONAL SERVICES: The performance of services required under this contract shall not exceed 30 hours in any given week, unless otherwise authorized by the Senior Deputy Assistant Director, Program Review Division. Offerors are advised that this requirement is being awarded as a non-personal contractual arrangement between the Federal Bureau of Prisons and the Awardee(s) of any contract(s) resulting from this solicitation and is not a personnel appointment. This service does not constitute an employer/employee relationship and will not be subject to Government supervision, except in security related matters. However, Contractor?(s) performance shall be closely monitored for compliance. The contractor(s) understands that services performed pursuant to this agreement does not entitle the Contractor(s) to pension, health benefits, injury compensation or other related federal employees? benefits and services. The Government reserves the right to cancel the subsequent contract resulting from this solicitation at any time without any advance notice or warning. The Government does not assume liability or obligation for any potential earnings in the event of cancellation outside Guarantee amounts of the current contract period at the time of cancellation. Pursuant to FAR parts 17.203(d), Offerors May Offer Varying Prices for Options, 17.203(b), Offerors Are Advised That the Government?s Evaluation Shall Be Inclusive of Options. SECURITY REQUIREMENTS: In accordance with the Bureau of Prisons Human Resources Management Manual (P.S. 30000.2), Offerors are advised that any or all of the following investigative procedures listed will be required, and at a minimum, initiated prior to performance on any contract resulting from this solicitation: Questionnaire for Non-sensitive Positions (SF-85), Declaration of Federal Employment (OF-306), Contractor Pre-employment form (FD-258), Fingerprint Check, National Crime Information Center (NCIC) Check, Name Check, Release of Information form. PAST PERFORMANCE: Offerors must submit information concerning three prior contracts regarding related services for the evaluation of past performance. Provide a customer name, point of contact, telephone number and contract number. SELECTION CRITERIA: In accordance with FAR part 52.212-2 EVALUATION-COMMERCIAL ITEMS (Jan 1999) Evaluation factors, listed in order of importance, will be: Technical (knowledge and experience necessary to successfully maintain, program, repair and upgrade the current systems), Past Performance and Price. Selection of a contractor will be based upon a best-value determination consistent with the above criteria. OPTIONS: The government may determine that an offeror is unacceptable if the option prices are significantly imbalanced. A written notice of award for acceptance of an offer, mailed or otherwise furnished to the successful offeror with the time for acceptance specified in the offer, shall result in a binding contract without further actions 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 its receipt, unless a written notice of withdrawal is received before award. Full text of clauses and provisions are available at http://www.arnet.gov/. OFFERORS ARE REQUIRED TO INCLUDE A COMPLETED COPY OF THE PROVISION FAR part 52.212-3, Offeror Representations and Certifications - Commercial Items (July 2002), (please contact Larry Sayles at bop9493@bop.gov if a copy is needed). The following provisions apply to this acquisition: FAR parts 52.212-1, Instructions to Offerors ? Commercial Items (Oct. 2000); 52.212-2, Evaluation ? Commercial Items (Jan. 1999); and 52.217-5 Evaluation of Options (July 1990). FAR part 52.252-2, Clauses Incorporated by Reference (Feb 1998), incorporates: 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2002); 52.217-8, Option to Extend Services (Nov. 1999), may exercise option to extend services by written notice, to the contractor within one day of contract expiration; 52.217-9, Options to Extend the Term of the Contract (Mar 2000), extend the term by written notice within two days before the contract expires, provide contractor written notice of intent to extend sixty days prior to contract expiration; 52.232-18 (Apr. 1984), Availability of Funds; 52.232-19 (Apr. 1984), Availability of funds for the next Fiscal Year, funds are not presently available nor is there legal liability on the part of the Government beyond September 30, 2003. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Clauses (Apr. 2003), incorporates the following clauses by reference: 52.222-3, Convict Labor (Aug. 1996); 52.233-3, Protest after Award (Aug. 1996); 52.222-21, Prohibition of segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr. 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans...(Dec. 2001); 52.222-36, Affirmative Action for Workers with Disabilities (Jun. 1998); 52.225-13, Restriction on Certain foreign Purchases (Jul 2000); 52.232-34, Payment by Electronic Funds Transfer...(May 1999); 52.222-41, Service Contract Act of 1965, (May 1989); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989); 52.222-43, Fair Labor Standards Act and Service Contract Act?Price Adjustment (May 1989). If proposed procurement awarded to an individual Service Contract Act Wage Rates will not apply. Otherwise, the Department of Labor?s Wage Rates 94-2103 rev.28 will apply. Danny Williams, Building Maintenance, has been appointed COTR (Contracting Officer?s Technical Representative) to assist with the evaluation of Offerors proposed items. YOU ARE REQUIRED TO SUBMIT: A completed copy of FAR part 52.212-3, Offeror Representations and Certifications - Commercial Items (July 2002); Price quotes for Base Year, Line item #1, (date of award through 12 months), Hourly Quote $ and Option Year One, Line item #2, (13 months through 24 months), Hourly Quote $ , Past Performance information (at least three Customers), Technical knowledge information (to include credentials). All responsible sources may submit a quote which will be considered. Responses will only be accepted via fax (202.514.0523) or by E-mail to bop9493@bop.gov, Attn: Larry D. Sayles.
 
Place of Performance
Address: Federal Bureau of Prisons, Central Office, 320, 400 and 500 First Street, N.W., Washington, D.C.
Zip Code: 20534
Country: USA
 
Record
SN00301727-W 20030413/030411213449 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.