Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
MODIFICATION

D -- Cellular & Blackberry Services

Notice Date
4/5/2012
 
Notice Type
Modification/Amendment
 
NAICS
517210 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
ACC - Pine Bluff Contracting Office (ACC-RI-Pine Bluff), ATTN: CCRC-ISP, 10-020 Kabrich Circle, Pine Bluff, AR 71602-9500
 
ZIP Code
71602-9500
 
Solicitation Number
W911RP12T0016
 
Response Due
4/19/2012
 
Archive Date
6/18/2012
 
Point of Contact
Jeffrey Allred, 870-540-4027
 
E-Mail Address
ACC - Pine Bluff Contracting Office (ACC-RI-Pine Bluff)
(jeffrey.l.allred@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This takes the place of all previous postings. This is a Combined Synopsis / Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This request for quotation and subsequent award are being processed in accordance with Simplified Acquisition Procedures. NOTE: This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. REQUEST FOR QUOTATION NUMBER: W911RP-12-T-0016 RESPONSE DATE (MM-DD-YYYY): 04/19/12 NAICS CODE: 517210 SIZE STANDARD: 1500 employees FSC CODE: D304 SET-ASIDE: Full and Open competition All responses shall be based on the terms of your current Army/Air Force BPAs. DESCRIPTION OF REQUIREMENT: Cellular Telephone service. 1.Up to 135 Blackberry wireless service voice and data Federal Government 400 minutes with share option. 2.Up to 15 Blackberry wireless service voice and data 400 minutes International rate. 3.Up to 100 Cellular phone wireless service voice only nationwide 400 minutes with Canada and Guam. 4.Up to 10 MI-FI Air Card Internet Access. 5.Estimated Fees and Surcharges. Special note: No cameras on devices. DELIVERY LOCATION: Pine Bluff Arsenal, Pine Bluff, Arkansas PERIOD OF PERFORMANCE: 1 May 2012 - 30 April 2013; Option Period 1 May 2013 - 30 April 2014. FREIGHT: Delivery is FOB Destination. SITE VISIT: A site visit will be conducted by the Contracting Officer at the Contracting Office Conference Room on 11 April 2012 at 0900 hours. Each company is restricted to 2 attendees. Advise the Contracting Officer at telephone number 870-540-4130 or FAX number 870-540-3730 whether or not you will attend, giving name, title, telephone number and FAX number of each attendee. A PBA visitor notification form must be filled out and received by 10 April 2012 at 3:00. Failure to visit the job site will not disqualify an offer; however, the offeror acts at his own risk and will not be relieved from complying with the terms and conditions of any resultant contract by reason of such failure. In no event will a failure to inspect the site constitute grounds for a claim after award of the contract. GOVERNMENT INSPECTION / ACCEPTANCE: at Destination CLAUSES: FAR 52.212-1, 52.212-2, 52.212-3Alt I, 52.212-4, 52.212-5 (to include 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33), 52.217-9, DFARS 252.212-7001 (to include 252.203-7000, 252.232-7003, 252.247-7023), 252.203-7002, 252.204-7003, 252.209-7999, 252.211-7003, 252.232-7010, AMCAC 52.233-4052. ADDENDUM TO 52.212-2 EVALUATION FACTORS: PROPOSED EVALUATION FACTORS, SUBFACTORS, AND ASSOCIATED EVALUATION STANDARDS The following factors and sub-factors are proposed for this solicitation. The factors are listed in order of descending importance. Please see rating chart for evaluation standards. 1.TECHNICAL CAPABILITY/RISK RATING: SUBFACTOR A: The proposal provided adequate evidence of contractor's ability to meet critical -85 minimum signal strength as shown on map and Non-Critical areas a minimum signal strength of -95 as shown on map. SUBFACTOR B:Availability of coverage for both the Continental United States and International locations was indicated in the proposal and meet the requirements. Proposed devices operate at no less than the latest technology of 3G or better and meet minimum Army requirements. Proposal displayed ability to meet Army standards as listed in the Scope of Work. SUBFACTOR C: Proposed Blackberry devices are capable of operating with a Common Access Card (CAC) reader connected. Devices are compatible with sync operations within a Windows 7 Operating System and are forward compatible with new Operating Systems as the Army changes. SUBFACTOR D: Offerors Wi-Fi devices are compatible with current Army Virtual Private Network (VPN) enabled laptops and support no less than 4 users simultaneously at a minimum of 3G or upgraded to current technology at no cost to the Government. SUBFACTOR E: Administrative approach. Contractor's plan to submit invoices in Wide Area Workflow (WAWF) or other electronic submission method is considered feasible for streamlining and simplifying the payment process. The contractor proposes the ability to allow designated Government representatives to access their website in order to make administrative changes to devices which include but are not limited to: device activation and deactivation; changes to user names; voicemail password reset; etc. Offeror proposes other customer service alternatives which provide easier account access and trouble-free administration of account. 2. PAST PERFORMANCE/PERFORMANCE RATING SUBFACTOR A: All contractors are required to provide references of contracts where they have provided equipment similar to the requirements of this solicitation within the past three years. SUBFACTOR B: Each contractor will be evaluated on their performance under existing or prior contracts for similar equipment. Performance information will be used for both responsibility determinations and as an evaluation factor against which contractor's relative ranking will be compared to assure best value to the Government. The Government will focus on information to include performance risk that demonstrates quality of performance relative to the size and complexity of the procurement under consideration. The Government may contact references other than those identified by the contractor and the information received used in the evaluation of the contractor's past performances. SUFACTOR C: In providing references the contractor shall identify the following: Company or Organization name, point of contact, telephone number, fax number, email address, contract number and project title. Contractors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing thorough and complete past performance information rests with the contractor. 3. PRICE: The Department of Defense is committed to apply Best Value contracting as a means to select the overall best performers for timely delivery of quality products, while reducing the Governments' administrative costs associated with contractor oversight. The Government is evaluating factors in addition to pricing under this solicitation and such, may award a contract for more than the lowest priced offer. The Army will perform a price analysis in accordance with FAR 15.805-2 as supplemented to determine the reasonableness of each contractor's proposed price for the project. Competing contractors who propose reasonable prices will be compared to one another on the basis of their prices to establish the relative competitiveness of those prices. In addition to the reasonable/competitive analysis, and as a part of the greatest value determination, the evaluation of the contractor's cost or price proposal and degree of its importance will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be made. Thus, contractors are hereby notified that although price is not expected to be the controlling factor in the selection of a contractor for this solicitation, the degree of importance of price as a factor could become greater depending on the equality of the proposals for other factors evaluated; where competing proposals are determined to be substantially equal, total price and other price considerations would become the controlling factor. Option will be evaluated in accordance with FAR 52.212-2. FACTORS INFORMATION Factor 1 (Technical Capability/Risk Rating), Factor 2 (Past Performance/Risk Rating) and Factor 3 (Price) are factors that will be evaluated. All sub-factors within Factor 1 are major sub-factors. If the proposal does not provide adequate evidence that these requirements will be met, the proposal will be determined to be technically unacceptable. Price is highly significant in that the Government will not award a contract where price will exceed available program funding. The proposer should be aware that the Government considers technical approach/risk rating and past performance/performance risk of higher importance than price, and will not accept items of generally lower quality to gain a minor advantage in price. If two or more proposals are rated of equal merit, price will determine their final ranking order. ADDENDUM TO 52.212-1 PROPOSAL SUBMISSION: 1.TECHNICAL CAPABILITY/RISK RATING: SUBFACTOR A:The contractor shall make available upon request the results of site testing that will show numeric signal strengths recorded and allow verification of the stated signal strengths. SUBFACTOR B:The contractor shall make available maps of coverage for both the Continental United States and International locations. These maps should also include the types and locations of coverage (i.e. 3G or 4G) SUBFACTOR C:The contractor shall make available a list of Army approved Blackberry devices with the capability of Common Access Card (CAC) functionality and that are compatible with Windows 7 Operating system or greater. SUBFACTOR D:The contractor will make available a list of Army approved Wi-Fi devices that are capable of supporting no less than 4 users with Army Virtual Private Network (VPN) enabled laptops. SUBFACTOR E: Offeror shall provide administrative plan to include proposed invoicing, customer service and any other administrative approach relevant to support administrative plan. 2. PAST PERFORMANCE/PERFORMANCE RATING Contractor is responsible for providing adequate information to show that their past performance is recent and relevant. Recent is defined as occurring within the past three years prior to the solicitation's initial closing date. However, the Government may evaluate any performance in the period subsequent from the closing date, but prior to the date of award. Relevant is defined as similar contracts of the same products and magnitude. The contractor shall submit a description of its previous Government contracts which are in any way relevant to the effort required by this solicitation. Commercial contracts may be included if necessary. Contractor shall provide the following for each contract: Company Title & Location Contract Type Number Date of Award Amount of Award Contract Period Government or Commercial Contracting Activity Name & Address Procuring Contracting Officer (PCO) Name Telephone Number e-mail Technical Representative or Contracting Officer's Representative (COR) Name Telephone Number e-mail Description of Work Provide a narrative explanation describing the type of company serviced; amount of devices provided and supported; and types of geographical areas being supported detailing how the effort is relevant to the requirements of this solicitation. 3. PRICE The contractor should provide a proposal listing the price for each Army approved device. The proposal should include the monthly charge per device which includes available minutes per device; amount of texts; and amount of data included per month for Blackberry devices. Any surcharges that will be incurred need to be included in the proposal and the percentage the surcharges are charged. 4. ADMINISTRATIVE The contractor should submit verification of registration in Wide Area Work Flow (WAWF) and their capability of billing via the WAWF site. The contractor shall provide a regular invoice with detailed billing and should also be available either by hard copy mailed on a monthly basis or through an electronic version which can either be e-mailed or made available for download on the contractor's website. The contractor should provide a representative sample of their invoices. The contractor should provide a comprehensive listing of any administrative access any designated Government representative to access their website in order to make administrative changes to devices which include but are not limited to: device activation and deactivation; changes to user names; voicemail password reset; etc. ORAL DISCUSSIONS 1. GENERAL INFORMATION: In accordance with FAR 15.306(d), oral discussion sessions with each offeror may be held. After completion of oral discussions with each offeror in the competitive range, and in accordance with FAR 15.207(b), all offerors in the competitive range will be allowed a minimum number of days to submit Final Proposal Revisions (to be determined at a later date). 2. ORAL DISCUSSIONS SCHEDULING. If oral discussions are conducted, the Contracting Officer will schedule the oral discussion sessions and each offeror will be notified of the time and place prior to their oral discussion session. The oral discussions will take place at the Government's facility (Pine Bluff Arsenal) or via telephone. X - DEFINITIONS 1. Rating. The rating for the Technical factor and subfactors will be expressed as an adjectival assessment of Outstanding, Good, Acceptable, Susceptible of Being Made Acceptable or Unacceptable. 2. Technical Capability/Risk Rating Sub-Factor Rating Definitions. The following rating definitions will be utilized in the evaluation of the Technical Sub-factors (the Technical factor will be a "roll-up" of the Technical sub-factor ratings): Combined Technical/Risk Ratings RatingDescription OutstandingProposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. GoodProposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. AcceptableProposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate. MarginalProposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. UnacceptableProposal does not meet requirements and contains one or more deficiencies. Proposal is unawardable. 3. Performance Risk. Past Performance Relevancy Rating and Performance Confidence Assessments will be assigned to the Performance Risk. See Tables below for individual ratings. Past Performance Relevancy Ratings RatingDefinition RelevantPresent/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Not RelevantPresent/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires Note: Recent is defined as occurring within the past three years prior to the solicitation's initial closing date. However, the Government may evaluate any performance in the period subsequent from the closing date, but prior to the date of award. Performance Confidence Assessments RatingDescription Substantial ConfidenceBased on the offeror's recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory ConfidenceBased on the offeror's recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Limited ConfidenceBased on the offeror's recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. No ConfidenceBased on the offeror's recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. Unknown Confidence (Neutral)No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. 4. Price. No adjectival ratings are necessary for price evaluations since price is not rated. A risk factor associated with the contractor's ability to perform at the proposed price may be used. Deficiency. A material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. Strength. Any aspect of a proposal when judged against a stated evaluation criterion enhances the merit of the proposal or increases the probability of successful performance of the contract. Significant Strength. A significant strength appreciably enhances the merit of a proposal or appreciably increases the probability of successful contract performance. Weakness. A flaw in the proposal that increases the risk of unsuccessful contract performance. Significant Weakness. A flaw that appreciably increases the risk of unsuccessful contract performance. 52.0000-4955 WIDE AREA WORKFLOW INFORMATION INSTRUCTIONS PINE BLUFF ARSENAL CONTRACTING OFFICE ADMINISTERED (MAR 2008) (USE FOR SERVICES ONLY) To implement DFARS 252.232-7003, "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS", Pine Bluff Arsenal Contracting Office use Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) to electronically process vendor requests for payment. This application allows DoD vendors to submit and track invoices and receipt/acceptance documents electronically. The contractor is required to use WAWF-RA when processing invoices and receiving reports under this order. Submission of hard copy DD250/invoices will no longer be accepted for payment. The contractor shall register to use WAWF-RA at https://wawf.eb.mil. There is no charge to use WAWF. All questions relating to system setup and vendor training can be directed to the help desk at Ogden, UT. Their number is 1-866-618-5988. Web-based training for WAWF is also available at http://www.wawftraining.com/ IMPORTANT INFORMATION: Please submit your invoice/receiving report in WAWF when you ship your items. We have nothing to receive your shipment against if the information has not been submitted in WAWF when your delivery arrives. Include the Purchase Request Number in the Line Item Description. You will find it under the Line Item Description on this order. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES THROUGH WAWF. [ X ] Invoice as 2-in-1 (Services Only) Vendor Cage Code: ________ Pay DoDAAC: HQ0303 Issue Office DoDAAC: W911RP Admin DoDAAC: _W911RP _______ Ship To DoDAAC: W911RP WAWF will prompt asking for "additional e-mail submission" after clicking "SIGNATURE". Enter the following e-mail addresses to expedite the routing process of the invoice. (KO,COR, POC, anyone who should be tracking progress of the invoice) Contract Specialist: jeffrey.l.allred@us.army.mil KO's : crystal.g.mccoskey@us.army.mil Certifying Official: paula.m.stain.civ@mail.mil RM: john.r.earnhardt@us.army.mil The paying office DoDAAC and mailing address will be located on the front of your award. You can track your payment information on the DFAS website at http://www.dod.mil/dfas/contractorpay/myinvoice.html. Your purchase order/contract number or invoice will be required to inquire about status of your payment. Questions concerning payment should be directed to the payment office identified in the contract. Please have your Contract number and invoice ready when calling about payment status. END OF STATEMENT AMCAC 52.242-4001 INSTRUCTIONS TO PAYING OFFICE AND ADMINISTRATIVE CONTRACTING OFFICE (AUG 1999) (Revised Feb 2008) a. The Contracting Office representative is: Name: _____Jeffrey Allred______________________ Organization Code: ______CCRC-ISP_____________ Telephone Area Code and Number: ____870-540-4130 DSN: ____966-4130___ FAX: ____870-540-4090______________ Email: _____jeffrey.l.allred@us.army.mil__________ b. Payment to the contractor shall be made IAW FAR Subpart 32.11, Electronic Funds Transfer. c. Paying Office information: Telephone Inquiries: 800-756-4571 (Select Option 2, then Select Option 5) FAX: 877-426-4270 (End of clause) Proposals must be received by mail at Army Contracting Command-Rock Island, Pine Bluff Arsenal Contracting Office, 10-020 Kabrich Circle, ATTN: CCRC-ISP (Jeffrey L. Allred), Pine Bluff, AR 71602, or by e-mail at jeffrey.l.allred@us.army.mil, phone 870-540-4130, no later than 04/19/12, 4:00 P.M. CST. Please reference solicitation number W911RP-12-T-0016 in subject line of all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e518ec0e9825e2eb9fb7a438a6bb68c1)
 
Place of Performance
Address: ACC - Pine Bluff Contracting Office (ACC-RI-Pine Bluff) ATTN: CCRC-ISP, 10-020 Kabrich Circle Pine Bluff AR
Zip Code: 71602-9500
 
Record
SN02714902-W 20120407/120405235328-e518ec0e9825e2eb9fb7a438a6bb68c1 (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.