Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2008 FBO #2315
MODIFICATION

70 -- VOTA SIMM ANNUAL SUBSCRIPTION

Notice Date
3/27/2008
 
Notice Type
Modification
 
Contracting Office
1701 N Fort Myer Drive, Springfield, VA 21999
 
ZIP Code
21999
 
Solicitation Number
1019-832063
 
Response Due
3/20/2008
 
Archive Date
9/16/2008
 
Point of Contact
Name: Lawanna Manning, Title: CONTRACT SPECIALIST, Phone: 7038756069, Fax:
 
E-Mail Address
manninglr@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 1019-832063 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 334611 with a small business size standard of 500 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-03-20 10:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Beltsville, MD 20522 The Department of State requires the following items, Exact Match Only, to the following: LI 001, ANNUAL FEE FOR VIKING OTA SIM, 335, EA; LI 002, ANNUAL FEE FOR 02 SIM, 62, EA; LI 003, AIRTIME, 397, EA; LI 004, VOTA SERVICE FEE, ANNUAL SUBSCRIPTION FOR VOTA MAINTENANCE, 1, LOT; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). 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. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. 1. Identification of the agency and the contracting activity, and specific identification of the document as a ?Limited Source Justification.? I recommend that the Department of State use other than full and open competition for the acquisition of yearly cell phone subscriptions for instruments used for the International Simulcast Recall Program. The estimated cost is $75,023.00. 2. Nature and/or description of the action being approved. Yearly subscription renewal for 335 VIKING cell phone devices is $49,915.00 at a subscription price of $149.00 per device. Yearly subscription renewal for 62 O2 cell phone devices is $6,138.00 at a subscription price of $99.0 per device. The yearly airtime charges for 397 (VIKING & O2) cell phone devices, is estimated at $3,970.00 for a subscription price of $10.00 per device. Annual Service and Maintenance Agreement for 397 devices is $15,000.00. 3. A description of the supplies or services required to meet the agency?s needs (including the estimated value). The International Simulcast Recall Program uses cell phones to notify IPC?s at post of high precedence messages received by the MSMC and BMC Relays. 4. Identification of the justification rationale (see 8.405-6(a) and (b)) and, if applicable, a demonstration of the proposed contractor?s unique qualifications to provide the required supply or service. Statutory authority 41 USC 253(c)(1), FAR 6.302-1. Only two responsible sources and no other supplies or services will satisfy agency requirements 5. A determination by the ordering activity contracting officer that the order represents the best value consistent with 8.404(d). A demonstration that the proposed contractor?s unique qualifications or the nature of the acquisition requires use of the authority cited (for sole source acquisitions; also required for unusual and compelling urgency where more than one offer will not be solicited). World Cell Inc. and Nextel are the only sources that currently maintain GSM contracts in countries worldwide that provide services for more than 250 posts. World Cell Inc. also has carriers in Reykjavik, Iceland dedicated to providing SMS services to countries with GSM coverage worldwide. 6. A description of the market research conducted among schedule holders and the results or a statement of the reason market research was not conducted. A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable. The description should include whether a FedBizOps notice was or will be publicized, as required by FAR 5.2, and if not, which exception under FAR 5.202 applies (e.g., blanket waiver provided in DOSAR 605.202-70). BMC conducted surveys at the start of this program before cell phone acquisitions and program software were acquired. World Cell Inc. and Nextel were the only venders that acquired GSM coverage contracts overseas. We use Nextel and World Cell Inc. for this program. Nextel?s GSM overseas coverage has fallen off over the past 5 years while World Cell?s coverage has increased. Our Nextel phones have been substituted with World Cell instruments where required. Other vendors do not meet our current requirements and would be financially unacceptable. 7. Any other facts supporting the justification. The requirements for this program are unique. The International Simulcast Recall System is comprised of a software driven simulcast command and control station with direct connection, through the cell phone vendors lease line/satellite gateway, to quad-band Global System for Mobile Communications (GSM) cell phones with worldwide roaming capability. The software driven simulcast command and control stations are located at BMC and MSMC. Using menu driven software scripts, the station allows operations personnel to create a database containing various notification and recall scripts that can be used to issue immediate notifications to post communications personnel throughout the world instantaneously. Notification messages issued by the control station are sent through the vendors lease line/satellite gateway and activate cell phones assigned to the post communicator personnel. The cell phones receive calls/signals through two major international GSM wireless providers ? World Cell, and Nextel. These two providers were determined to be the best to effectively service the 250 posts being provisioned with the international simulcast recall capability. GSM is the worldwide standard communication with over 500 million subscribers. Approximately 70% of all subscribers in the world use GSM. GSM is in 162 countries with 423 providers, the largest wireless platform in the world. The GSM cell phone equipment, operates in the worldwide roaming frequency. The products activated by leased line gateway service or satellite gateway with simulcast (send out multiple signals at the same time) capabilities, with text and numeric messaging. No other sources have expressed interest in writing or other wise for this acquisition. Since its inception in 2002 the acquisition for this program have been limited (sole source) to World Cell and Nextel. 8. A statement of the actions, if any, the agency may take to remove or overcome any barriers that led to the restricted consideration before any subsequent acquisition for the supplies or services is made. Since no other venders meet the necessary requirements, actions by the agency to remove barriers to competition should not be necessary
 
Web Link
www.fedbid.com (b-63980, n-11314)
(http://www.fedbid.com)
 
Place of Performance
Address: Beltsville, MD 20522
Zip Code: 20522
Country: US
 
Record
SN01543123-W 20080329/080327223727 (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.