Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
SOLICITATION NOTICE

S -- Cell Phones and Air Cards with service for National Training Center Rotation 10-02. Location: Fort Irwin, CA. Period of Performance: 24 Oct 09 - 10 Dec 09

Notice Date
9/22/2009
 
Notice Type
Presolicitation
 
NAICS
517210 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
ACA Southern Hemisphere Mission Support, 2450 Stanley Road Suite 320, Building 1000 2nd Floor, Fort Sam Houston, TX 78234-7517
 
ZIP Code
78234-7517
 
Solicitation Number
W912CL02N0001
 
Response Due
9/25/2009
 
Archive Date
11/24/2009
 
Point of Contact
DARNELL WILLIAMS, 210-295-5875
 
E-Mail Address
ACA Southern Hemisphere Mission Support
(darnell.w.williams@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER W912CL02N0001. STATEMENT OF WORK (SOW) Cell Phones (70) and Air Card (14) ROTATION 10-02 TABLE OF CONTENTS Page 1.0PERIOD OF PERFORMANCE2 2.0SCOPE2 3.0General Requirements For All Periods4 4.0Maintenance&&&&&&&&&&&&&&&&&&&&&&&&&.4 5.0Terms4 Concept: The contractor will provide the requested number: 70 (seventy) cell phones and 14 (Fourteen) air cards for training as outlined in this Statement of Work (SOW). These cell phones and air cards must be in proper working condition at the Fort Irwin National Training Center area. ITEM NOSUPPLIES/SERVICESQUANTITYUNIT 1Cell phone70EACH 2Air Card14EACH 1.0 Period of Performance 1. Rotation 10-02 a. Cell phones (70): 24 October 2009 10 December 2009 b. Air Cards (14): 24 October 2009 10 December 2009 NOTE1: Dates may be subject to change. NOTE 2: The Government does reserve the option to vary quantities by+/- 30% due to operational requirements and to make multiple awards to meet said requirements. 2.0 Scope 2.1 Cell phones (70) a.Hardware. All seventy (70) phones will be a typical commercial candy-bar or clamshell style cellular telephone with standard 12-button keypad, internal battery, integrated antenna, and LCD display with backlighting (Samsung Rugby A837 or similar). Cell phone will be in new condition. If equipped with Infrared Port, Contractor will ensure this feature is disabled. b.Service. All phones will operate on the cellular service operating in the requested coverage areas (i.e. GSM, CDMA, etc.). The phones shall be on a service plan rather than a re-charge plan; this will allow for better monitoring of calls. All phones will have an unlimited phone plan and the text messaging ability be disabled. The plan will run from 20 Oct 10 Dec 2009 but can be cancelled earlier due to mission completion. c. Power. Each phone will be supplied with a charger compatible with the local power and outlet requirements. Phone should provide for approximately three hours of talk time and 12 hours standby operation. d. Phone Book. Each phone must be capable of storing at least 30 phone numbers. e. Accessories. Contractor will supply a carrying case with belt clip with each cell phone. Contractor will supply 70 additional batteries compatible with the provided cell phone. 2.2 Air Cards (14) a.Hardware. All fourteen (14) air cards will be a typical commercial air cards which can connect to the Laptop/ Desktop computers using USB ports. Air cards will be in new condition. If equipped with Infrared Port/ Blue tooth, Contractor will ensure this feature is disabled. The Hardware needs to support Windows XP, Window Vista 32/ 64 bits. The Device need to support GSM/ GPRS, 3G, 4G, EDGE High speed data network b.Service. All air cards will have unlimited use for period of performance during 20 Oct 2009 to 10 Dec 2009 but can be cancelled earlier due to misson completion. The service needs to provide minimum 700 Kbps download speed to 500 Kbps uplink speeds at the training site. 2.3 The devices listed above are required for 24hours per day. The vendor must be capable of providing 24 hour support. All devices will be delivered to the following address NLT 1500 on performance start date and picked up from the below address NLT 1500 on performance end date. MCC YARD (NTC Rotation 10-02) LT Oh, Hyung B or SFC Watson, Anthony NATRIONAL TRAINING CENTER BLDG 828 (MCC) FORT IRWIN CA 92310-5095 (253) 966-6535 FOB: Destination 2.2 The contractor and COR will conduct joint inspection of the equipment to ensure that equipment is serviceable. 3.0 General Requirements For All Periods 3.1.Contractor shall test all equipment/systems. 3.2 The contractor shall remove all equipment no earlier than the requested times listed in each category. 3.3Contractor shall provide upon request itemized bills for all international phone call charges. 3.4All devices shall be inspected for compliance upon delivery and return of all devices. The U.S Government reserves to right reject any equipments determined to be unsafe, need of repair, or for physical reasons. 3.5 Contractor shall start set up when necessary to ensure set up is complete and equipment serviceable and ready for use on the first POP day by 0700. Any repairs or replacements for the leased equipment not serviced within 24 hrs will not be charged to the U.S. Government. 4.0 Maintenance: The contractor shall ensure that equipment and services are in proper working order throughout the leasing period. All scheduled maintenance shall be performed prior to the start of this contract. Any unscheduled maintenance or breakdowns shall be corrected within 24 hours or the equipment will be substituted immediately. 5.0 Terms: 5.1. CONTRACTING OFFICERS REPRESENTATIVE (COR): The US Government will provide a representative (COR) to assist in the objectives of the contract. Concerns and issues with the contract shall be directed to the COR or Contracting Officer only. The COR may not make any changes to the terms, conditions, standards, or cost of the contract. 5.2. CANCELLATIONS/ADDITIONS: The US Government may change the numbers and type of equipment required with a 24-hour notice without penalty. The US Government will only pay for actual services received during 20 Oct 2009 to 10 Dec 2009. 5.3. INVOICES: All invoices submitted for payment shall be in US Dollars and include required information as directed by the Contracting Officer or COR.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABR/DABR01/W912CL02N0001/listing.html)
 
Place of Performance
Address: ACA Southern Hemisphere Mission Support 2450 Stanley Road Suite 320, Building 1000 2nd Floor Fort Sam Houston TX
Zip Code: 78234-7517
 
Record
SN01965392-W 20090924/090923001421-a42972414c80e68fac15058ce72efd9c (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.