Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2010 FBO #3023
SOLICITATION NOTICE

99 -- Cellular Phone Blanket Purchase Agreement - Terms and Conditions

Notice Date
3/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Special Operation Forces Support Activity (SOFSA), 5749 BRIAR HILL ROAD, LEXINGTON, Kentucky, 40516-9723
 
ZIP Code
40516-9723
 
Solicitation Number
H92254-10-Q-0001
 
Archive Date
4/2/2010
 
Point of Contact
Todd Purdy, Phone: 859-293-3639, Gilbert S. Mincey, Phone: 8595665138
 
E-Mail Address
todd.purdy@sofsa.mil, gilbert.mincey.ctr@sofsa.mil
(todd.purdy@sofsa.mil, gilbert.mincey.ctr@sofsa.mil)
 
Small Business Set-Aside
N/A
 
Description
TERMS AND CONDITIONS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quotation is being requested and a written solicitation will not be issued. This synopsis/solicitation is to notify vendors that the Special Operations Forces Support Activity intends to issue numerous Blanket Purchase Agreements (BPAs) for cell phones and cellular services. Synopsis/Solicitation number H92254-10-Q-0001 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. This solicitation will be accomplished using full and open competition for commercial off the shelf items and is under North American Industry Classification System Code 517110. The business setaside will be unrestricted. Bluegrass Station intends to have a contractor furnish new mobile phones and new Black Berries as well as the applicable cellular services as needed. 1) DESCRIPTION OF SERVICES/GENERAL INFORMATION a) The Contractor shall provide a local, state and nation wide cell phone network capable of allowing rapid response time, excellent signal strength (for penetration of walls, window, and other barriers, that may preclude signals from reaching the cell phone), 24 hours per day, 7 days per week. The statewide coverage includes all 50 States of the United States. b) The Contractor shall furnish Numeric, Alpha-Numeric, Digital, one-way, two-way, and any other state-of-the-technical-art cell phone for a lease arrangement by the Government. The Contractor must have the ability to group cell phone, of at least, but not limited to, 13 different groups with an unlimited amount of users. i) The Government will be responsible and liable for loss or damaged leased cell phone, when the Contracting Officer determines that the Government is at fault. The Contractor and Government will negotiate a reasonable price for repair of the damaged cell phones. ii) After a Government leased pager becomes defective and is turned in to the Contractor for repair, the Contractor shall provide a loaner/replacement cell phone at no additional cost to the Government. The Contractor shall provide loaner or replacement cell phone to the Quality Assurance Personal (QAP) for issuance to customers on an emergency basis. These loaner or replacement cell phone will be provided at no additional cost to the Government. c) The Contractor shall furnish and be responsible for all parts, labor, equipment materials, repair parts, transportation, supervision, maintenance, reprogramming and repair of government leased cell phone. i) The Government will not reimburse the contractor for labor or parts when repairing leased cell phone. These costs are included in the monthly unit price for leased cell phone. ii) The QAP will be responsible for replacing belt clips and battery doors on cell phone. The QAP will notify the contractor when additional belt clips or battery doors are to be supplied to the Government. iii) The contractor shall re-program leased cell phones at the beginning of the BPA and when required during the BPA period. The Contractor shall begin reprogramming, as necessary, cell phones within 3 to 5 days after award of the BPA. The contractor and the Government will determine a work schedule to reprogram the cell phones. iv) The contractor shall provide a Web online account management tool to allow us to manage our sub accounts. This system should allow us to manage activations/deactivations and billing, report service problems, request capcodes, order product, check the status of an order, obtain a copy of an invoice or add a special feature from our desktop. d) The Contractor shall provide a point-of-contact, telephone number, and website to provide emergency service calls 24 hours a day, 7 days a week. e) The contractor shall pick up and deliver cell phones as necessary. 2) SERVICE SUMMARY Performance Objective S.O.N. Para Performance Threshold Provide Cell Phone Service 1(a) 100% Provide State-of-the-Art Cell Phones 1(b) 95% Corrective Action on Network/Cell Phone Malfunctions 1 (c)(i) 95% Re-Program Cell Phone 1(c)(iii) 95% Provide POC for 24/7 contact 1(d) 100% Pick-up & Deliver Cell to SOFSA 1(e) 95% 3) GOVERNMENT-FURNISHED PROPERTY (GFP) AND SERVICES a) Not applicable 4) APPENDICES a) Workload estimates: Different plans i. 0001AA Unlimited anywhere in the U.S. w/text messaging ability ii. 0001AB Limited minutes 500 per month iii. 0001AC Limited minutes 1000 per month iv. 0001AD Unlimited OCONUS w/text messaging ability 0001AE Limited minutes 1000 per month OCONUS v. 0004 Phones (Blue Tooth enabled) and accessories vi. 0004AA Personal Digital Assistant w/charger (wall and vehicle)- Blackberry type] vii. 0004AB Docking station for 0004AA viii. 0004AC Extra Battery for 0004AA ix. 0004AD Car charger for 0004AA x. 0004AE Spare travel charger xi. 0004AF Phone case for 0004AA xii. 0004BA Flip Phones w/text capability w/charger (wall and vehicle) xiii. 0004BB Extra Battery for 0004BA xiv. 0004BC Car charger for 0004BA xv. 0004BD Spare travel charger 0004BA xvi. 0004BE Phone case for 0004BA xvii. 0004CA Slider Phones w/text capability w/charger (wall and vehicle) xviii. 0004CB Extra Battery for 0004CA xix. 0004CD Car charger for 0004CA xx. 0004CE Spare travel charger 0004CA xxi. 0004CF Phone case for 0004CA xxii. 0004DA Slim Touchscreen Phone xxiii. 0004DB Extra Battery for 0004DA xxiv. 0004DC Car charger for 0004DA xxv. 0004DD Spare travel charger 0004DA xxvi. 0004DE Phone case for 0004DA xxvii. 0005 Hands free ability [vehicle adaptor]that works with all above xxviii. 0006 Headset for each type of phone Place of delivery shall be various locations in the United States, as coordinated by SOFSA Contracting. The following clauses and provisions are hereby incorporated either by reference or full text and are to remain in full force and effect in any resultant purchase order: FAR 52.212-1, Instructions to Offerors - Commercial Items (May 2004). It applies to this acquisition and is amended to read: FAR clauses and provisions can be located via the Internet at: http//: www.farsite.hill.af.mil. Submit signed and dated quotations on company letterhead or quotation form. The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. FAR 52.212-2 (Jan 1999), Evaluation-Commercial Items is included. The award will be made to the lowest price technically acceptable. Each offeror shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (May 2004), with the quotation. Submit signed and dated offer to: SOFSA Contracting, Attn: Todd Purdy, 5749 Briar Hill Road, Lexington, KY 40516 -9721 at or before 1600 (4:00 PM Eastern Standard Time), 18 March 2010. Offers may be faxed to (859) 293-4166 or e-mailed to todd.purdy@sofsa.mil or gilbert.mincey.ctr@sofsa.com. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2003), applies to this acquisition with the following addendum: The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 2004), applies to this acquisition and is incorporated by reference. The clause at FAR 52.232-36, Payment by Third Party (May 1999) applies to this acquisition and is incorporated by reference. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jun 2004) applies to this acquisition and is incorporated by reference. Firm-Fixed-Price Blanket Purchase Agreements will be issued in writing as a result of the quotations. All questions must be in writing and may be emailed or faxed to (859) 293-4166 two (2) days prior to proposal due date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOFSA/H92254-10-Q-0001 /listing.html)
 
Place of Performance
Address: 5749 Briar Hill Road, Lexington, Kentucky, 40516, United States
Zip Code: 40516
 
Record
SN02082031-W 20100305/100303235038-29c27dffe1537383a85b36e51c519551 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.