Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2004 FBO #1020
SOLICITATION NOTICE

D -- Pager lease and services

Notice Date
9/9/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Amarillo Health Care System, Contracting Officer, (90C), 6010 Amarillo Boulevard West, Amarillo, Texas 79106
 
ZIP Code
79106
 
Solicitation Number
504-0078-04
 
Response Due
9/20/2004
 
Archive Date
10/20/2004
 
Point of Contact
Point of Contact - Catarina Gallardo, Contract Specialist, Ph: (806) 354-7841, Fx:(806) 354-7875, Contracting Officer - Catarina Gallardo, Contract Specialist, Ph:(806) 354-7841, Fx:(806) 354-7875
 
E-Mail Address
Email your questions to Catarina Gallardo
(catarina.gallardo@med.va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synposis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ), the solicitation number is 504-0078-04. The Amarillo VA Health Care System, Amarillo, Potter County, TX requires pagers and pager services for the period 10/01/04 - 09/30/05 with four (4) one-year option periods, renewable each year for a total of five (5) years. The solicitation document and incorporated provisions nd clauses are those in effect through Federal Acquisition Circular 2001-24. This acquisition is unrestricted. A firm-fixed price contract will be awarded. The North American Industry Classification System (NAICS) code is 517211. The Standard Industrial Classification Code is 4812. DESCRIPTION: The purpose of this contract is to acquire clear and reliable pager services for the Amarillo VA Healthcare System (VA). The work to be performed under this contract consists of all labor, personnel, material, tools, equipment, devices, transportation, and supervision necessary to provide and maintain pagers for the VA. The contract period shall commence on or about October 1, 2004, through September 30, 2005, with four (4) one-year options in the event the Government elects to exercise options. The intent is to provide each end-user activity the ability to order services for individual personnel. Service shall include everything needed to immediately begin receiving pages. Technical Requirements Services shall include, at a minimum, the following features and equipment at no additional cost to the Government: 1. Function: Message time-stamping Erase message function (other functions are not necessary; less complex the better) 2. Accessories: Battery (compatible with pager) Hinged belt clip Pager (current year?s model with same brand and quality) with audible & vibrate mode EQUIPMENT REQUIREMENTS (a) LOCAL PAGERS: Forty (40) each: digital local pagers shall be provided for the Amarillo area with coverage area of a 30-mile radius of downtown Amarillo, TX. (b) STATE-WIDE PAGERS: Four (4) each: digital State-wide pagers shall be provided. (c) NATION-WIDE PAGERS: Five (5) each: Nationwide pagers shall be provided with toll free numbers. (d) A minimum total of 40 activated pagers will be required at the start of the contract. Any future requirement change(s) will be negotiated between the Contractor and the Contracting Officer (CO). (e) Contractor shall provide unlimited calls per month for Local, Statewide, and 1-800 (Nationwide) service pagers. (f) Five (5) spare pagers shall be provided for malfunctioning pagers at no additional cost to the VA until actual activation is required. (g) Offers with coverage areas in Canyon, Tanglewood, and Timbercreek will be highly evaluated. Airtime Contractor shall provide unlimited calls per month for Local, Statewide, toll free (Nationwide) service pagers. Service of the Pagers Contractor to furnish all new, state-of-the-art digital pagers of the same brand and quality to include batteries; along with a complete listing of all serial and telephone numbers for each pager issued. During the course of the contract, the Contractor may elect to exchange the pagers to upgrade to current models at no additional cost to the Government. Pager service operation is required 24 hours per day, 7 days per week. Contractor to provide all pager replacement parts, service, and maintenance, including labor to be performed by qualified Contractor maintenance personnel during normal hours of operation - 7:30 AM to 4:30 PM, Monday through Friday, excluding Federal and National holidays. The Contractor maintenance personnel shall respond within two (2) hours after a service call has been placed by the Contracting Officer?s Technical Representative (COTR). Prior to commencement of work, the Contractor shall designate in writing to the CO and COTR a point of contact and an alternate(s). Contractor shall maintain an operating business telephone at all times. The phone number must be a local or toll free call for the government. This number shall be provided to the CO and the COTR prior to commencement of work. The Contractor shall be responsible for all costs associated with telephone systems throughout the term of the contract. Pagers If during the life of this contract any equipment fails to operate as intended for any reason other than misuse or abuse by the Government, the Contractor shall either repair or replace the equipment with a current years? model (as of the time ordered) being offered to the general public on a commercial basis and at no additional cost to the Government. The Contractor shall be responsible for pick up and delivery all equipment at no additional cost to the government. There shall be no charge to the Government for any repair/replacement, except for instances of lost or damaged equipment caused from misuse or abuse by the Government. Whenever a pager is replaced, the Contractor shall assist in the transfer of stored information from the old pager to the new pager. Termination of Service and Turn in of Equipment When requested by the COTR, the Contractor shall immediately deactivate individual end-user service if their requirement no longer exists or turn in of equipment. There shall be no charge for this early termination or turn in of equipment. The Contractor shall adjust the end-user activity?s billing to ensure no charges are applied after the deactivation request. The monthly service charge shall be prorated based on the date of the deactivation request. Evaluation Criteria The acceptability of each item offered for evaluation will be determined by the Technical Evaluation Team. This evaluation, whether approved or rejected, will be considered final. The Offeror shall submit along with signed quote, two (2) separate packages as follows: PACKAGE NO. 1: 1. TECHNICAL PROPOSAL: which shall determine the qualifications and capability of the Offeror to participate in this Solicitation and will be used to determine if the Offeror?s recommendations are the best overall value to the Government. NOTE: No pricing information shall be contained in the Technical package. Three (3) copies of the Technical Proposal shall be provided in the following format. a. Technical Capabilities: (1) The Offeror shall provide the descriptions/specifications, technical brochures, and coverage map, to include all known ?dead spots? applicable, for each type of pager that will be provided. If the Offeror fails to submit descriptive literature on time, the bid shall be subject to rejection. If the descriptive literature fails to show that the product offered conforms to the requirements of the solicitation, the Government shall reject the bid. (2) The Offeror shall include a statement that shows an understanding of the requirement and how this requirement will be managed. (3) The Offeror shall provide proof of existing local coverage in the Amarillo and Lubbock, TX areas. (4) The Offeror shall provide evidence of their capability in responding to a trouble call within the 2-hour notification of any problem with equipment and/or service. (5) The Offeror shall provide documentation that the Offeror?s employees are factory trained on the applicable equipment. b. Past Performance: Provide evidence of the Firm?s experiences in furnishing the service and maintaining the equipment. Include whether the manufacturer?s product recommended has been in satisfactory and efficient operation on at least three (3) installations. Include type of equipment and size of facility where Offeror has completed these installations. Include a minimum of three (3) references, including name of facility, address, telephone numbers, and point of contact. PACKAGE NO. 2: 1. Pricing and COMPLETED/SIGNED SOLICITATION: One (1) signed original copy. a. Signed SF-1449 Form b. Completed solicitation 2. PRICE: Cost and past performance, when combined, are as important as technical. Evaluation of offers will be based on the information submitted with the signed quote, proof of the Contractor?s ability to meet all of the Government?s requirements, past procurement history, and price. The above will also take into consideration any previous evaluations/market research of the suggested products which have already been evaluated. The weightings will be based on a total of 100%, with the cost evaluation at 30%, the technical evaluation at 50%, and past performance evaluation at 20%. The weightings are as follows: Cost Evaluation = 30% of total [formula = (A-B)/A-C)] x D = E A = highest price offer received by Government B = price proposal to be evaluated C = lowest price proposal received by the Government D = maximum points for cost evaluation (30) E = cost points for evaluated proposal Technical Evaluation = 40% of total ? in descending order or importance Past Performance = 20% of total Evaluation of offers will be based on the information submitted with the signed offer, proof of the Contractor?s ability to meet all of the Government?s requirements, past performance history, and price. The above will also take into consideration any previous evaluations/market research of the suggested products which have already been evaluated. Award Information: Award of this contract shall be subject to the Federal Acquisition Regulation (FAR) 52.232-18, Availability of Funds clause. The contract will be awarded using best value methodology. The Government may determine that an offer is unacceptable if the option 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 acceptance specified in 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 its receipt, unless a written notice of withdrawal is received before award. Invoices A separate monthly detailed invoice shall be submitted to the address specified under the SF-1449, Block No. 18a, with a duplicate copy to the CO. Each bill shall be sorted by pager number and shall include the date, time, and number of incoming calls. BASE YEAR: OCTOBER 1, 2004, THROUGH SEPTEMBER 30, 2005; line item 0001 - Local Coverage for Digital Pagers QTY: 40, Unit:EA, Unit Monthly Price: $_________X 12 Months, Total$___________. Line item 0002 - Statewide Coverage for Digital Pagers QTY: 4, Unit:EA, Unit Monthly Price: $___________X 12 Months, Total $__________. Line item 0003 - Nationwide Coverage for Digital Pagers QTY: 5, Unit:EA, Unit Monthly Price: $___________X 12 Months, Total $___________. OPTION YEAR 1: OCTOBER 1, 2005, THROUGH SEPTEMBER 30, 2006; line item 0001 - Local Coverage for Digital Pagers QTY: 40, Unit:EA, Unit Monthly Price: $_________X 12 Months, Total$___________. Line item 0002 - Statewide Coverage for Digital Pagers QTY: 4, Unit:EA, Unit Monthly Price: $___________X 12 Months, Total $__________. Line item 0003 - Nationwide Coverage for Digital Pagers QTY: 5, Unit:EA, Unit Monthly Price: $___________X 12 Months, Total $___________. OPTION YEAR 2: OCTOBER 1, 2006, THROUGH SEPTEMBER 30, 2007; line item 0001 - Local Coverage for Digital Pagers QTY: 40, Unit:EA, Unit Monthly Price: $_________X 12 Months, Total$___________. Line item 0002 - Statewide Coverage for Digital Pagers QTY: 4, Unit:EA, Unit Monthly Price: $___________X 12 Months, Total $__________. Line item 0003 - Nationwide Coverage for Digital Pagers QTY: 5, Unit:EA, Unit Monthly Price: $___________X 12 Months, Total $___________. OPTION YEAR 3: OCTOBER 1, 2007, THROUGH SEPTEMBER 30, 2008; line item 0001 - Local Coverage for Digital Pagers QTY: 40, Unit:EA, Unit Monthly Price: $_________X 12 Months, Total$___________. Line item 0002 - Statewide Coverage for Digital Pagers QTY: 4, Unit:EA, Unit Monthly Price: $___________X 12 Months, Total $__________. Line item 0003 - Nationwide Coverage for Digital Pagers QTY: 5, Unit:EA, Unit Monthly Price: $___________X 12 Months, Total $___________. OPTION YEAR 4: OCTOBER 1, 2008, THROUGH SEPTEMBER 30, 2009; line item 0001 - Local Coverage for Digital Pagers QTY: 40, Unit:EA, Unit Monthly Price: $_________X 12 Months, Total$___________. Line item 0002 - Statewide Coverage for Digital Pagers QTY: 4, Unit:EA, Unit Monthly Price: $___________X 12 Months, Total $__________. Line item 0003 - Nationwide Coverage for Digital Pagers QTY: 5, Unit:EA, Unit Monthly Price: $___________X 12 Months, Total $___________. RECAPITULATION: Grand Total (Basic Plus Four Option Periods) $___________________________ This solicitation is subject to the Service Contract Act, Department of Labor Wage Determination 94-2119, Rev 25, dated 6/17/2004, and shall apply to all services over $2,500.00. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the Internet: http//www.far.gov or http//www.access.gpo.gov: FAR 52.212-1, Instructions To Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, 52.217-5, Evaluation of Options, 52.217-9, Option to Extend the Term of the Contract, 52.222-42, Statement of Equivalent Rates For Federal Hires, 52.222-43, Fair Labor Standards Act And Service Contract Act - Price Adjustment (Multiple Year And Option), 52.232-18, Availability of Funds, 52.232-19, Availability of Funds for the Next Fiscal Year, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, is applicable. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered.), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items (Dev.). The following VARR clauses apply to the solicitation and are incorporated in full text: VARR 852.219-70-Veteran Owned Small Business: VARR 852.233.70-Protest Content; VARR 852.233-71-Alternate Protest procedure; VARR 852.270-1-Representatives of Contracting Officers; VARR 852.270-4-Commerical Advertising. (FAR) 52.232-18, Availability of Funds clause. The contract will be awarded using best value methodology. Technical and Past Performance, when combined, are equal to Price. Options. 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 option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Awritten notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in 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 its receipt, unless a written notice of withdrawal is received before award. The offeror shall provide its DUNS, or if applicable its DUNS + 4 number with its offer, which will be used by the Contracting Officer to verify that an offeror is registered in the CCR database. Lack of registration in the CCR database will make an offeror ineligible for award. The date and time responses are due is 20 September 2004, 3:30 P.M. CST. Signed and dated offers must be submitted to Attn: Katie Gallarado; Amarillo VA Medical Center, 6010 Amarillo Blvd. West, Amarillo, TX 79106, or Faxed to (806) 354-7875, on or before the response time. All offers shall include the solicitation number, company name, address, phone and fax numbers, point of contact, DUNS Number, and Federal Tax ID Number.
 
Web Link
RFQ 504-0078-04
(http://www.bos.oamm.va.gov/solicitation?number=504-0078-04)
 
Place of Performance
Address: Amarillo VA Healthcare System
Zip Code: 79106
Country: United States
 
Record
SN00668727-W 20040911/040909211940 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.