Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2006 FBO #1572
MODIFICATION

D -- Local Commercial Telephone Services for Hawaii

Notice Date
3/15/2006
 
Notice Type
Modification
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (9TH), 3375 Koapaka Street, Suite B225, Honolulu, HI, 96819
 
ZIP Code
96819
 
Solicitation Number
9T6HKLNS001
 
Response Due
4/13/2006
 
Archive Date
4/28/2006
 
Point of Contact
Mona Bonbright, Senior Contracting Officer, Phone 808-541-1166,
 
E-Mail Address
ramona.bonbright@gsa.gov
 
Description
This is a combined synopsis/solicitation for commercial telephone services 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. Written proposals are required in response to this solicitation. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation Number 9T6HKLNS001 is issued as a request for quote (RFQ) incorporating provisions and clauses in effect thru FAC 2005-08. Applicable NAICS code is 517110, small business size standard is 1500 employees. This is an unrestricted requirement. Contractor must be registered in the CCR database to be eligible for contract award. The resulting award is intended to be a firm fixed price, indefinite delivery indefinite quantity, FFP-IDIQ contract, single or multiple awards are possible. In the event of multiple awards, utilizing IT Solutions Shop, any task order estimated at $2,500 or above will be competed among the multiple award contractors. Award of each order will be based on the lowest price technically acceptable quote. This acquisition includes a 2-year base period with 3 one-year options. The following is a list of potential locales requiring service under this acquisition: Entire Island, Molokai, Lanai, Maui, not limited to these serving Central Offices; Oahu ? Aiea, Aina Haina, Alakea, Barbers Point, Camp Smith, Ewa, Ewa Beach, Ford Island, Fort Shafter, Hickam, Kailua, Kaimuki, Kakaako, Kalihi, Kaneohe, Koko Head, Manoa, Mililani, Moanalua, Mokapu, Pearl City, Pearl Harbor, Punahou, Puuloa, Puunui, Wahiawa, Waikiki, and Waimanalo; Hawaii ? Hilo, Kailua-Kona, Keahou; and Kauai ? Kalaheo, Kapaa, Koloa, and Lihue. The following is a list of current prefixes: 239, 241, 245, 259, 264, 266, 281, 284, 326, 327, 331, 334, 356, 397, 422, 449, 483, 499, 521, 522, 524, 525, 532, 565, 566, 567, 585, 592, 651, 668, 669, 733, 831, 832, 839, 861, 873, 877, 933, 971, and 973. CLINs for the base period are numbered 0001-0094, Option 1 CLINs 0101-0194, Option 2 CLINs 0201-0294, and Option 3 CLINs 0301-0394. CLINs 0095-0100, 0195-0200, 0295-0300 are unused and reserved. Offerors shall use the quantities included herein for the base period, and shall use the the same quantities for proposing each option period, to establish overall maximum not to exceed FFP IDIQ ceilings for proposal purposes and contract award. Estimated quantities represent the Government?s estimate of need over the life of the contract escalated by approximately 40%. If CLIN 0001 is estimated at qty 2900, then CLIN 0101, 0201, and 0301 should each also be estimated at 2900. Specific requirements will be defined in individual orders. Local Service Flat Rate ? CLINs 0001-0083 ? 0001 Analog Centrex-like Line ? No Features, qty 2900; 0002 Analog Centrex-like Line, Includes Call Forwarding, Call Hold, Call Pick-up (Group and per Station), Call Transfer, Hold, and 3-way Conference Calling, and message waiting indicator at no additional charge, qty 2900; 0003 Digital Centrex-like Line, Includes Call Forwarding, Call Hold, Call Pick-up (Group and per Station), Call Transfer, Hold, and 3-way Conference Calling, and message waiting indicator at no additional charge, qty 1700; 0004 Voice Mail, qty 1700; 0005 Voice mail w/pager notification, qty 10; 0006 Directory Listings, qty 200; 0007 Additional Directory Listings, qty 200; 0008 Additional Directory Number, e.g., SPID, qty 200; 0009 Multiple Appearance Directory Numbers, qty 200; 0010 Customized Group Dialing Plan, qty 200; 0011 Call Forwarding Variable Unlimited, qty 2900; 0012 Call Forwarding Busy, qty 2900; 0013 Call Restriction, qty 2900; 0014 Call Return, qty 2900; 0015 Call Screen, qty 2900; 0016 Call Transfer, Hold & Three-Way calling, qty 2900; 0017 Call Pickup Group, qty 2900; 0018 Call Pickup per Station, qty 2900; 0019 Call Waiting, qty 2900; 0020 Message Waiting Indicator, qty 2900; 0021 Caller ID, qty 2900; 0022 Calling Number Suppression, qty 2900; 0023 Last Number Redial, qty 2900; 0024 Privacy, qty 2900; 0025 Privacy Release, qty 2900; 0026 Customized Intercept and Recorded Announcement, qty 2900; 0027 Directed Call Pickup, qty 2900; 0028 Directory Assistance, qty 2900; 0029 Distinctive Call Waiting Tones, qty 2900; 0030 Flexible Route Selection, qty 2900; 0031 Foreign Exchange Service, qty 2; 0032 Off-Premise Extension, qty 2; 0033 Meet Me Conference 30, qty 2; 0034 Meet Me Conference 6, qty 2; 0035 Six-Way Conference Calling, qty 2; 0036 Speed Calling 30 Numbers, qty 2900; 0037 Speed Calling 50 Numbers, qty 2900; 0038 Speed Calling 70 Numbers, qty 2900; 0039 Group Speed Calling 30 Numbers, qty 2900; 0040 Group Speed Calling 50 Numbers, qty 2900; 0041 Group Speed Calling 70 Numbers, qty 2900; 0042 Analog Shared Appearance, qty 2900; 0043 Voice Mail (1-50 lines) , qty 2900; 0044 Voice Mail (51-100 lines) , qty 2900; 0045 Voice Mail (More than 100 lines), qty 2900; 0046 Anonymous Call Rejection, qty 2900; 0047 Meet Me Conference, qty 2900; 0048 Time & Date, qty 2900; 0049 Uniform Call Distribution (UCD) station line and installation, qty 2900; 0050 UCD Music, qty 2900; 0051 UCD call waiting lamp, qty 2900; 0052 Message waiting for analog, qty 2900; 0053 Digital soft numbers, qty 2; 0054 Hunting arrangement, qty 2; 0055 Basic PBX Trunk, qty 2; 0056 DID PBX Trunk, qty 2; 0057 DOD PBX Trunk, qty 2; 0058 Super Trunk, qty 2; 0059 Primary Rate Interface (23B+D), qty 2900; 0060 Primary Rate Interface (24B), qty 2900; 0061 Primary Rate Interface (23B+backup D), qty 2900; 0062 Basic Rate Interface (2B+D), qty 2900; 0063 DSO (56Kb), qty 2900; 0064 DSO (64Kb), qty 2900; 0065 DS1/T1 (fixed mileage), qty 2900; 0066 DS1/T1 (variable mileage), qty 2900; 0067 DS3/T3 (fixed mileage), qty 2900; 0068 DS3/T3 (variable mileage), qty 2900; 0069 DID Number Block (first 200 numbers), qty 200; 0070 DID Number Block (Additional 100), qty 100; 0071 DID Number Bank (20 consecutive or non-consecutive numbers), qty 100; 0072 Tie Trunk, qty 1; 0073 SMDI/SMDS, qty 1; 0074 Radio Circuit-Conditioning tome signal control & installation, qty 1; 0075 Advanced Digital Network Service (AND) , qty 1; 0076 Synchronous Timing ? BITS Timing, qty 1; 0077 DS3 to DS1 Multiplexing, qty 1; 0078 PRI ISDN Foreign Exchange Trunk, qty 1; 0079 Assured PBX Trunk, qty 1; 0080 Voice mail-router-faxback, qty 1; 0081 Voice mail integration, qty 1; 0082 Automatic Call Distribution, qty 1; 0083 Call Accounting, qty 1. Move, Add, Change and Maintenance Charges - service visit charge may be applied only when it is not a routine maintenance trip or a follow-up trip for a previous unfinished task and the service visit is requested by the customer ? qty 200 for each CLIN 0084-0092.0084 Move Business Line; 0085 Basic voice / data wiring services, jack installation, and repair; 0086 Move Digital ISDN BRI Business Line; 0087 Reconfigure Digital ISDN BRI Business Line; 0088 Move Local T1/DS1; 0089 Move Local T3/DS3; 0090 Install vertical or horizontal voice/data cable; 0091 Initiation Charge for Transition of Existing Line; 0092 Initiation Charge for Installation of New Line. Reports and Miscellaneous Services ? CLINs 0093-0094 - 0093 Monthly Customer Service Record (CSR) on Electronic Bill (summary at contract level), qty 24 reports for base (12 for each option); 0094 Annual Service Record Listing, qty 2 reports (1 report each option year). Proposals shall include the same estimates for Option 1 CLINs 0101-0194, for Option 2 CLINS 0201-0294, and for Option 3 CLINs 0301-0394. The firm-fixed price unit offerings shall include all applicable FCC and PUC fees, mandatory taxes, and surcharges. Price proposals must include separate pricing for the base period, Option 1, Option 2, and Option 3 with a total for each period, and a grand total to establish the total value of the acquisition for contract award. There is no guarantee that the Government will ever order the maximum contract ceiling amounts. Specific delivery requirements will be specified in individual orders. The provision at FAR 52.212-1, Instructions to Offeror-Commercial applies with the following addendum: Offers shall include a completed pricing matrix as a Microsoft Excel spreadsheet to establish the maximum price ceiling for the base period and each option, a technical approach, a sample task, and past performance information. Contact the PCO for a formatted matrix for submission of the price proposal. Offers shall be submitted in electronic format as attachments to an e-mail sent to the PCO at mona.bonbright@gsa.gov. If tariff charges are offered, Offeror shall submit a statement expressing why the Offeror elected to propose tariff charges; the regulatory mandate (if any) and the FCC PSC point of contact that has issued an order prohibiting the Offeror from not proposing a technical solution and price proposals other than tariff; proposed tariff and final, after approval, pages that support the price proposals and the underlining of the charges; identification of the USOC numbers to which tariff charges apply to the Contract Line Item Number (CLIN); Description of the tariff; tariff references for each component; quantities to be installed; installation (Non-Recurring Charges) charges; monthly recurring charges for each item described; and identify other charges applicable to services, (e.g., sales/use taxes, and universal connectivity charges, End User Common Line (EUCL)). Tariff items or services are required to be approved by the appropriate regulatory authority at the initial proposal submission. If a tariff offered solution is awarded, the initial tariff charges will be the contract?s fixed prices for the life of the contract). Provide the following information for the person(s) that will represent your company as a point of contact for questions and clarification of the proposed pricing information: Printed Name(s), Title, Phone Number, EMail Address, Street Address, City, State, and Zip Code. FAR 52.212-2, Evaluation of Commercial Items apply. The following factors shall be used to evaluate offers: 1: Price: Provide a price that is fair, reasonable, and realistic. In order to establish the maximum overall price of the base period and each option period, in addition to the CLIN unit pricing lists, each vendor will be required to complete a Government prepared pricing matrix available from the PCO. The pricing matrix will establish the maximum IDIQ ceilings for each CLIN and the vendors will be requested to utilize their proposed CLIN pricing to complete the matrix based on the quantities specified by the Government in the matrix. The matrix will be used for evaluation purposes only and will not provide a guarantee of contract usage. Contract minimum is estimated at $2,500 per awarded contract. 2: Technical Approach: a. Demonstrate your knowledge and understanding of this task. b. Describe in detail your methodologies and techniques. c. Prepare and provide a Quality Assurance Surveillance Plan (QASP) as part of the technical proposal. d. Sample task - prepare and provide a proposal to transition existing services from the existing BOA to services provided under the new contract. This sample task proposal may be utilized by the Government to establish and award the first task order under the base period. 3: Past Performance: Provide two recent, relevant examples of past performance. Include the name of the project, point-of-contact names with phone number and email addresses, and periods of performance. Recent is defined as projects performed within the last 3 years. Relevant is defined as projects of the same type, scope, and magnitude as the work defined by this solicitation. Award of each contract will be based on the lowest price technically acceptable quote. Quotes will be evaluated for acceptability, but not ranked using the non-price factors, and no tradeoffs are permitted. Technical Approach and Past Performance, when combined, are significantly less important than price. [Sample Task Order Scenario] ? The U. S. General Services Administration?s (GSA?s), Region 9, Hawaii Area Team, provides Network Services in support of Federal agencies throughout the state of Hawaii. The goal of the team is to deliver best value and innovative solutions in support of government agencies in Hawaii to include the islands of Oahu, Kauai, Molokai, Lanai, Maui, and the Big Island of Hawaii. Many local Federal agencies continue to rely on GSA to provide Centrex or Centrex-like services as their basis for voice communications. By aggregating the requirements from multiple client agencies, the GSA team leverages the government?s buying power to obtain the full range of Centrex-like services supporting local users. The result is comprehensive telecommunications coverage resulting in significant savings to the government. GSA is currently supporting approximately 1,100 lines throughout Oahu and an additional 300 lines on the outlining neighbor islands. GSA is providing the Federal agencies the Centrex-like service via an approved BOA with Verizon. The purpose of this delivery order is to transition the existing Centrex-like service to the new contract. The contractor shall provide a solution that will transition our existing services with minimum disruption while maintaining existing features. The following list of CLINs and quantities are provided for establishing a firm fixed price for the effort: 0001 Analog Centrex-like Line ? No Features, qty 1000; 0002 Analog Centrex-like Line, Includes Call Forwarding, Call Hold, Call Pick-up (Group and per Station), Call Transfer, Hold, and 3-way Conference Calling, and message waiting indicator at no additional charge, qty 1000; 0003 Digital Centrex-like Line, Includes Call Forwarding, Call Hold, Call Pick-up (Group and per Station), Call Transfer, Hold, and 3-way Conference Calling, and message waiting indicator at no additional charge, qty 400; 0004 Voice Mail, qty 625; 0005 Voice mail w/pager notification, qty 1400; 0006 Directory Listings, qty 1400; 0007 Additional Directory Listings, qty 1400; 0008 Additional Directory Number, e.g., SPID, qty 1400; 0009 Multiple Appearance Directory Numbers, qty 1400; 0010 Customized Group Dialing Plan, qty 1400; 0011 Call Forwarding Variable Unlimited, qty 1400; 0012 Call Forwarding Busy, qty 1400; 0013 Call Restriction, qty 1400; 0014 Call Return, qty 1400; 0015 Call Screen, qty 1400; 0016 Call Transfer, Hold & Three-Way calling, qty 1400; 0017 Call Pickup Group, qty 1400; 0018 Call Pickup per Station, qty 1400; 0020 Message Waiting Indicator, qty 1400; 0021 Caller ID, qty 1400; 0022 Calling Number Suppression, qty 1400; 0023 Last Number Redial, qty 1400; 0024 Privacy, qty 1400; 0025 Privacy Release, qty 1400; 0026 Customized Intercept and Recorded Announcement, qty 1400; 0027 Directed Call Pickup, qty 1400; 0036 Speed Calling 30 Numbers, qty 1400; 0037 Speed Calling 50 Numbers, qty 1400; 0038 Speed Calling 70 Numbers, qty 1400; 0039 Group Speed Calling 30 Numbers, qty 1400; 0040 Group Speed Calling 50 Numbers, qty 1400; 0041 Group Speed Calling 70 Numbers, qty 1400; 0042 Analog Shared Appearance, qty 1400; 0043 Voice Mail (1-50 lines) , qty 1400; 0044 Voice Mail (51-100 lines) , qty 1400; 0045 Voice Mail (More than 100 lines), qty 1400; 0046 Anonymous Call Rejection, qty 1400; 0047 Meet Me Conference, qty 1400; and 0048 Time & Date, qty 1400. The list is an estimate, the actual number may vary slightly as new requirements arise during this transition period. The ordering procedures follow: 1.The GSA COR shall create a formal telecommunication service request (TSR) which is emailed to the vendor; 2.Within three business days, the vendor to email GSA with: a. Installation date; b. Telco order number; c.Micro-purchase charges; d. Other pertinent information. 3. On the 15th of each month, the vendor to provide the COR with a spreadsheet of all completed orders for that time period confirming completed orders and dates. b. The proposal shall include a technical description of how the work will be performed to demonstrate your knowledge and understanding of this task. Please describe in detail your methodologies and techniques. Sample task period of Performance is two years. [end of sample task order scenario] List of Solicitation Provisions and Contract Clauses applicable to this solicitation/contract: FAR 52.212-3, Offeror Representations and Certifications?Commercial Items applies to this acquisition, offers are required to provide a complete set of Offeror Representations and Certifications with any offers submitted. FAR 52.216-27 Single or Multiple Awards and FAR 52.212-4, Contract Terms and Conditions apply to this acquisition. Addendum to FAR 52.212-4 - Points of Contact, GSA/FTS CSR COR, Barbara Sherry, 3375 Koapaka Street, Suite B-225, Honolulu, HI 96819, (808) 541-3111, barbara.sherry@gsa.gov. GSA/FTS PCO, Mona Bonbright, same address, (808) 541-1166, mona.bonbright@gsa.gov. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders applies to this acquisition as tailored to include the following FAR clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government, Alt I; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan, Alt II; 52.222-3, Convict Labor; 52.222-19, Child Labor?Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-1, Buy American Act?Supplies; 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; 52.239-1, Privacy or Security Safeguards; 52.222-41, Service Contract Act of 1965, as Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires, Computer Specialist, GS-7, wage $27.06, Computer Specialist, GS-9, wage $33.10, Computer Specialist, GS-11, wage $32.44, Computer Specialist, GS-12, wage $34.37, Computer Specialist, GS-13, wage $37.27; 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts); 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA). The following clauses are applicable to this acquisition: FAR 52.216-18 Ordering ? blank fill in - contract award through the two year base period, plus any exercised option period. FAR 52.216-19 Order Limitations ? (a) Minimum order ? blank fill in - $2,500.00. (b) Maximum order ? blank fill ins (1) $884,000; (2) $884,000; (3) 7 days. (d) blank fill in ? 2 days. FAR 52.216-22 Indefinite Quantity ? (d) blank fill in - the end of the contract base period plus any exercised option periods. FAR 52.217-8 Option to Extend Services ? blank fill in - 30 days prior to period of performance expiration. FAR 52.217-9 Option to Extend the Term of the Contract ? (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days prior to expiration of the period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (c) blank fill in - a total of 5 years performance period. [end of List of FAR Provisions and Clauses]. The following GSAM clauses are applicable to this acquisition: GSAM 552.212-71 Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items (JUL 2003); 552.203-71 Restriction on Advertising (SEP 1999); 552.215-70 Examination of Records by GSA (FEB 1996); 552.228-70 Workers? Compensation Laws (SEP 1999); 552.229-70 Federal, State, and Local Taxes (APR 1984); 552.232-8 Discounts for Prompt Payment (Apr 1989) (Deviation FAR 52.232-8); 552.232-73 Availability of Funds (SEP 1999); 552.232-78 Payment Information (JUL 2000); and 552.237-71 Qualifications of Employees (MAY 1989). FAR clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far . GSAM clauses may be obtained via the Internet at GSAM site: http://www.acqnet.gov/GSAM/gsam.html. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Vendors submitting quotes MUST BE registered in ITSS. If vendor registration assistance is needed contact 877.243.2889. Proposals shall be emailed to mona.bonbright@gsa.gov no later than 5:00 pm Eastern Standard Time, 13 Apr 2006. No facsimile proposals will be accepted.
 
Place of Performance
Address: State of Hawaii
 
Record
SN01007309-W 20060317/060315212725 (fbodaily.com)
 
Source
FedBizOpps 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.