Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2004 FBO #0943
SOLICITATION NOTICE

D -- Nationwide Advanced Wireless Personal Messaging Services and Equipment for all Federal Government

Notice Date
6/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
517211 — Paging
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), FTS, 7T-4 N Texas/Arkansas, 819 Taylor Street, Room 14A02, Fort Worth, TX, 76102
 
ZIP Code
76102
 
Solicitation Number
7TF-04-0011
 
Point of Contact
Jane Scroggins, Contracting Officer/Contract Specialist, Phone (817) 978-8430, Fax (817) 978-4665, - Jane Scroggins, Contracting Officer/Contract Specialist, Phone (817) 978-8430, Fax (817) 978-4665,
 
E-Mail Address
jane.scroggins@gsa.gov, jane.scroggins@gsa.gov
 
Description
GSA/FTS, Greater Southwest Region, intends to issue Solicitation 7TF-04-0011 in July 2004, for Nationwide Advanced Wireless Personal Messaging Services and Equipment for all Federal Government. This will be a full and open (Unrestricted) procurement under the North American Industry Classification System (NAICS) Code 517211, Paging Services. Contractors shall provide Advanced Wireless Personal Messaging Equipment and Services (Paging) for Federal Agencies Nationwide. Messaging equipment and services are for 1-Way immediate response paging, 2-Way immediate response and "store and forward" messaging and Assured Delivery messaging. Formats shall include numeric and alpha-numeric text, voicemail, email and fax messaging. These services shall include purchase and lease of messaging equipment, training, customer support, maintenance, add-on services, direct ordering and billing, and consolidation of requirements. Messaging services must incorporate use of small, highly portable personal messaging devices using commercially available off-the-shelf batteries or rechargeable power cells. Messaging services will provide the capability to generate messages and receive replies via the Internet and personal computing devices using modems or other interfaces to access the Public Switched Telephone Network. Systems shall integrate both 1-way and 2-way paging networks for delivery of messages. Contractor shall commence performance within 30 calendar days after the date of contract award. The contractor shall provide equipment and services to all Federal agencies located in the 48 contiguous states and Alaska, Hawaii, Puerto Rico, and Washington D.C. The contractor shall, in conformance with Contract Provisions set forth in this solicitation, furnish all personnel, equipment, materials, services, and facilities necessary to perform the Government's requirement and in accordance with Contractor?s proposal. Documentation shall be provided to verify vendor has the service in-place to meet the national scope of this requirement. Services shall pertain to national networking of paging and messaging services, ability to accept orders directly from customer agencies and provide detailed billing to the customer agencies. Contractor shall provide assistance to the customer agencies for ordering service, reconciliation of billing problems, equipment maintenance and trouble reporting on a nationwide basis. Contractor shall establish a process for collection of the GSA User Fee and remittance of the fee to the Government, provide all required reports and documentation as outlined in the solicitation. The Government will procure the above equipment and services using FAR Part 12, Acquisition of Commercial Items and FAR Part 15, Contracting By Negotiation. Award will be made to the responsible offeror(s) whose offer conforming to the solicitation will be most advantages, representing the best value to the Government price and other factors considered. The following factors listed in descending order of importance shall be used to evaluate offers: (1) Technical Excellence ? (a) Capability and (b) Certification of National Presence, (2) Past Performance, (3) Small Business Participation, and (4) Price. Evaluation factors other than cost or price, when combined, are significantly more important than price. Evaluation of past performance shall be based on information provided by the offeror and/or through other sources (i.e., offeror?s performance on previous awarded contracts with other Government or Commercial entities). Offerors must be registered in the Central Contractor Registration (CCR), website www.ccr.gov, to be eligible for this award. Please direct all contractual and technical questions to Jane Scroggins at 817-978-8430 or Elizabeth Nickelson at 817-978-3760. Please review the following Evaluation Criteria questions that will be part of the technical evaluation of the solicitation/RFP. EVALUATION CRITERIA: 1. Has fully established pager equipment and full service company on a Nation-wide basis. (yes/no) a. Number of Metropolitan Statistical Areas covered (Please list above metro areas on a continuation sheet) b. Number of local sales centers. (Please list locations of sales centers on continuation sheet) c. Number of Local Sales Reps dedicated to Federal Sales. (Please list these sales reps and their location on continuation sheet) d. Number of days required for delivery of equipment and services. 2. Capability to provide a National Ordering System (or within the 30 day performance period). (yes/no) a. Number of Call centers available to take calls. (Please list locations of call centers on continuation sheet) b. Number of agents available to handle purchase requests.(Please list locations of agents available on continuation sheet) 3. Has a National Billing and Invoice System in place. (yes/no) a. Is Federal Billing system a dedicated system b. Number of agents available for reconciliation of billing problems. (Please list locations of agents available on continuation sheet) c. Can Personnel make instant credits to reconcile billing? d. Can Accounts Receivable re-establish service? (yes/no) 4. Capability to provide Invoicing on a National basis to Federal Customers. (yes/no) a. Ability to bill all service areas nationwide on a single invoice to customer. b. Ability to bill all types of services nationwide on a single invoice to customer. c. Ability to provide hierarchical billing to multiple addresses for customer. 5. GSA User Fee: Have the capability to develop a system under this contract for the collection of the GSA fee on a monthly basis at a national level. a. Ability to identify point of sale by region. b. Ability to include GSA Fee as line item on billing and calculate total due. 6. Have capability to remit GSA User Fee Electronically. 7. Provide automatic alternate routing for terrestrial messaging systems. 8. Provide redundant satellite messaging systems.
 
Place of Performance
Address: Nationwide
 
Record
SN00609804-W 20040626/040624212628 (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.