Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2009 FBO #2652
SOLICITATION NOTICE

58 -- Iridium SIM Cards and Service Plans - RFP

Notice Date
2/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
 
ZIP Code
20223
 
Solicitation Number
173907
 
Archive Date
3/24/2010
 
Point of Contact
Keeyada Dickens,, Phone: 202.406.6785
 
E-Mail Address
keeyada.dickens@associates.usss.dhs.gov
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR PROPOSAL (RFP) NO. 173907 This a combined synopsis solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement is the only solicitation; proposals are being requested and a written solicitation will not be issued. The Solicitation number is 173907 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-29. The NAICS code is 517410. This acquisition is unrestricted and only qualified offerors may submit proposals. Offerors must be registered in Central Contract Registration (CCR). This acquisition is a firm-fixed price effort. The description and specification provided herein, is essential to the Governments requirement. The Government will award a single purchase order to the responsible offeror whose offer conforms to the requirements as stated in this synopsis/solicitation and is most advantageous to the Government. You are requested to submit a technical, past performance, oral presentation and cost proposal for the effort described below and in the attached Request for Proposal (RFP) The offeror shall demonstrate their knowledge by submitting a well written report of past work completed or currently working during the last three years. All written reports shall be in relation to all of the following listed areas. Factors are listed by order of importance, but not necessarily of equal weight. Technical capabilities are to include (1) Service Plans to include: 1,000-5,000 Pool Minutes (2) Detailing billing (3) 24/7 Customer Service Support/ Technical Service Support (4) Rental Services for the 9505A Iridium Satellite Phones (5) Ability to activate and deactivate Iridium SIM cards at any give time via phone, on-line or both (6) Timely delivery of SIM card (7) Organization Capabilities Oral Presentations Offerors shall demonstrate their ability to support the needs of this requirement by making a detailed oral presentation. All offerors shall include a demonstration of their online account management system. Price Each Offeror's price proposal shall include the following: CLIN 0001 Eighty (80) Iridium SIM cards CLIN 0002 1,000-5,000 per month Pool Minutes Plans - Step Ladder Pricing. The Government has an initial requirement for 2,000 minutes, but may increase when/if additional devices are added. CLIN 0003 Up to Twenty-five (25) additional SIM card for each option year CLIN 0004 Optional CLIN for the r ental services of the 9505A Iridium Satellite Phones- The Government reserves the right to exercise this optional CLIN during the base year or any option year requirements. The Government may increase/decrease the number of phone rental during that period. Optional CLIN will not to exceed 25 devices per year. The following DHS Provision are applicable: * 3052.209-70 Prohibition on Contracts with Corporate Expatriates * 3052.204-90 Unauthorized Use of the U.S. Secret Service Name * Section 508 Compliance for Electronic and Information Technology (EIT) must be applied. The following FAR provisions and clauses apply to this acquisition: * FAR 52.204-7 Central Contractor Registration * FAR 52.212-1 Instructions to Offerors--Commercial Items * FAR 52.212-2 Evaluation--Commercial Items. Award will be based on: 1) price; and 2) the capability of the services offered to meet the above stated salient characteristics * FAR 52.212-3 Offerors Representations and Certifications--Commercial Items * FAR 52-212-4 Contract Terms and Conditions--Commercial Items * FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Item* FAR 52.222-3 Convict Labor * FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies * FAR 52.222-21 Prohibition of Segregated Facilities * FAR 52.222-26 Equal Opportunity * FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans * FAR 52.222-36 Affirmative Action for Workers with Disabilities * FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans * FAR 52.233-3 Protest After Award, Alternate I * FAR 52.225-13 Restrictions on Certain Foreign Purchases * FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration *FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Over $100,000) * FAR 52.217.7 Option for Increased Quantity-Separately Prices Line Item * FAR 52.217.9 Option to Extend the Term of the Contract
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d261bb66f6084a47c9e193f22bfeb357&tab=core&_cview=1)
 
Place of Performance
Address: 950 H STREET NW, WASHINGTON, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN01758617-W 20090301/090227215751-d261bb66f6084a47c9e193f22bfeb357 (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.