Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2008 FBO #2454
DOCUMENT

70 -- LEASE OF TELEPHONE SYSTEMS - FAR provision 52.212-3

Notice Date
8/13/2008
 
Notice Type
FAR provision 52.212-3
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-08-048-REL
 
Archive Date
9/20/2008
 
Point of Contact
Rita E Langager, Phone: 406.247.7293
 
E-Mail Address
rita.langager@ihs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b) and FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price commercial item contract in response to Request for Quotation (RFQ)-10-08-048-REL. The services are being solicited on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The associated North American Industry Classification System code is 423690 and the small business size standard is 500 employees. As provided in the solicitation provisions offerors are authorized to submit alternate proposals for satisfying the requirements of the RFQ. PRICE SCHEDULE - LEASE OF TELEPHONE SYSTEMS: BASE YEAR: 12 MONTHS @ $______________ per month = $________________; OPTION YEAR ONE: 12 MONTHS @ $______________ per month = $________________; OPTION YEAR TWO: 12 MONTHS @ $______________ per month = $________________; OPTION YEAR THREE: 12 MONTHS @ $______________ per month = $________________; OPTION YEAR FOUR: 12 MONTHS @ $______________ per month = $________________; GRAND TOTAL: $________________. PURPOSE OF THE CONTRACT: The purpose of this contract is to lease telephone systems for the Wind River Service Unit, PHS Indian Health Centers at Fort Washakie and Arapahoe, Wyoming. STATEMENT OF WORK: The objective of this contract is to enable the Indian Health Service (IHS) to install current technology without large upfront costs by establishing a long term contract for equipment and services. Upgrade to new technology without increasing monthly payments and ensure protection of the IHS telecommunications infrastructure. The contract services, at a minimum, must include the following. Site Survey: The contractor will perform comprehensive on-site physical inspection of the IHS facility to assess the current state of the communication systems. After completion of the survey a meeting with the IHS facility managers is done to discuss the survey results and establish goals for improving the telecommunications network. Objectives: Objectives are established and resources such as hardware and software are identified to achieve these objectives. In order for the telecommunications to operate at maximum efficiency and cost effectiveness, the capabilities of the system must meet with the expectations of the end users. Telecommunications Management: The contractor provides an analysis of connectivity charges to ensure cost effectiveness. The contractor will act as a single point of contact between IHS and the various telecommunications contractors contributing to the system, whether it's a billing issue or service interruption. Technicians: The contractor will supply factory certified technicians for installation, maintenance and service. The contractor must be able to provide copies of current certifications on demand. Dispatch: The contractor must guarantee priority dispatch with guaranteed response times of certified technicians. Remote service support via telephone or emails shall be provided at no charge to IHS. Disaster Recovery: The contractor shall provide current critical data archiving and recovery services for all critical data on the telecommunications system. The contractor guarantees to have parts in stock and immediately available at no additional charge. Training: The contractor is to provide extensive and complete training on site at time of delivery. Unlimited training is to be provided at no additional charge at contractor's site on a quarterly basis or on-line. Preventive Maintenance: A comprehensive annual maintenance visit is required to check and clean all critical components of the telecommunications system. Upgrades: Contractor to supply and install all pertinent software upgrades for telecommunication system at no additional charge for the complete term of agreement. Moves, Additions, and Changes: Moving, changing or adding equipment to the telecommunication system will not incur labor costs. Additions to the system must be included in the contract for waiver of labor charges. Warranty: All major voice related components, including cabinets, power supplies, circuit boards, telephones and voice mail systems are to carry a full parts and labor warranty from the date of installation of the program through the entire term. If there is a part to be replaced there will be no service call charge, no trip charge, and no labor charge. There is to be no charge for "no trouble found" calls. The length of the contract is to be 60 months (5years). Summary: The Indian Health Service is looking for a contract to reduce the risks of obsolescence and cost of ownership, remove large upfront costs and assure IHS of a monthly payment that will not change. PERIOD OF PERFORMANCE: 12-months with four 12-month options. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The Contracting Officer shall designate a Project Officer, in writing, at time of award. The Project Officer shall be responsible for: (1) Monitoring the Contractors technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Project Officer. The Contractor agrees to include the following information on each invoice: (1) Contractors name, address and telephone number; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Date services or repairs were provided; and (6) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. AWARD DECISION: The Government will award a contract, resulting from this solicitation, to the responsible offeror whose offer conforming to the solicitation represents the best value to the Government, price and other price related factors considered. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-9, 52.207-5, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.228-5, 52.229-3, 52.232-18, 52.237-2, 52.237-1, 52.237-3, 52.242-15, 52.242-17, 352.202-1, 352.215-1, 352.215-70, 352.223-70, 352.224-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, 352.270-7, 352.270-10, 352.270-13, 352.270-16, and 352.270-19. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.arnet.gov and http://www.hhs.gov/oamp/policies/hssar.doc. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the Department of Defense Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.ccr.gov or by calling (888) 227-2423 or (269) 961-5757. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on September 5, 2008. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company name and address. Offers will also be accepted by e-mail at Rita.Lan g ager@ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt by the Government.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8e374a491a4c487c88d21046f3b06e98&tab=core&_cview=1)
 
Document(s)
FAR provision 52.212-3
 
File Name: FAR provision 52.212-3, Offeror Representations and Certification - Commercial Items (JUN 2008) that must be completed and submitted with the offer. (52212 3.JUN 2008.doc)
Link: https://www.fbo.gov//utils/view?id=609b34539eaf85a33d5b5ac181969cba
Bytes: 112.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01639547-W 20080815/080813224503-8e374a491a4c487c88d21046f3b06e98 (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.