Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1998 PSA#2037

Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100

D -- PAGER SERVICES SOL N00178-98-Q-1044 DUE 032098 POC Patricia A.Canciglia, Contract Specialist, Code SD112, (540)653-7478 WEB: NSWCDD Procurement Homepage, http://www.nswc.navy.mil/supply. E-MAIL: Contract Specialist for Sources Sought N00178-98-Q-1044, pcancig@nswc.navy.mil. This is a Sources Sought Announcement to identify potential sources, available capabilities, commercial practices associated with an upcoming NSWCDD requirement for Pagers and Associated Services (including maintenance). This announcement provides for necessary market research prior to anticipated issuance of a commercial product/services solicitation which will be announced at a later date. It is anticipated that the upcoming NSWCDD requirement will provide for pager purchases, pager plans, pager maintenance, and upgrades. At a minimum, the contract will provide for NSWCDD, Dahlgren, Virginia customers; however, it is expected that other Navy agencies will participate in the resulting contract; therefore, a broad regional/nationwide coverage area is desired. The vision of the NSWCDD contract is a contractual vehicle which provides quick turnaround to meet our demanding pager requirements. Nationwide coverage shall include coast to coast, Puerto Rico and Hawaii. Regional coverage shall include approximately, but not limited to, Northern Maryland to Richmond, Virginia and West to Fredericksburg, Virginia area. Dahlgren, Virginia must be included in the regional coverage. It is NSWCDD's current practice to buy all pager equipment; therefore, an offeror's capability to reprogram and provide maintenance on existing equipment is a relevant consideration. Existing pagers are Motorola pagers (Bravo, Alpha/Numeric Regular, Gold, Flex and Surepage). Provisions for alpha and digital calls must be included along with provisions for hearing impaired. It is critical that an offeror's business practices address special Government billing and administrative considerations. Invoicing is anticipated on a monthly basis. Each invoice would include the government contract number, all pager numbers, and individual detailed costs associated with each pager. Monthly billing would cover all pagers; however, billing would be against one account number. Further, because of ever-changing Government requirements, it is desired thata provision be negotiated which states that the Government shall have the option to add or delete pager service during the period of performance of the contract without any penalty. Further, if the pager is lost or stolen, services MUST be terminated immediately and without penalty. In the absence of obvious emergency situations, the Government shall notify the vendor 30 days in advance of intent to discontinue service. All new pagers ordered that require dispatch service must have this service activated within 36 hours after notification from Government Point of Contact who will provide the vendor with correct activation name or number. It is anticipated that a separate line item will be included in the resulting contract to provide for new equipment consistent with Government demands. The vendor shall replace batteries for any new pagers ordered under the Contract, if requested. All pagers returned to the Vendor for exchange shall be replaced with same pager and PIN number unless otherwise notified at time of exchange. All exchanged pagers shall become the property of the Government, the defective pager will be returned to the company and becomes the property of the Vendor. No rental pagers will be accepted under the resulting contract. Interested parties are invited to respond to this sources sought announcement by providing, at a minimum, the following details: a. Your proposed plan for meeting NSWCDD identified requirements; b. Your current capabilities and options (e.g., capability statements/brochures); c. An assessment of your ability to provide Government specific requirements (billing; add/delete provisions; government owned equipment; maintenance requirements; etc.); d. Identification of standard commercial practices that have not already been addressed; e. References; f. Identification of your maximum regional and nationwide area coverage; g. Identification of other available features; h. Identification of available plans and associated costs; i. Reprogramming considerations for existing Government equipment; j. Identification of available equipment and associated costs (for new equipment purchases); k. Available quantity discounts; and l. Any other information that would help NSWCDD adequately assess options and relevant considerations. NSWCDD alone currently has over 267 pagers with various plans. Upon award of a resulting contract, the vendor must have the capability to reprogram or exchange any existing pagers that are not compatible with vendor's current pager system. Any exchanges must be compatible to existing pager. Your response to this ources Sought Announcement is required on or before close of business 20 March 1998. Responses may be sent to: Contracting Officer, Attn: SD112/Patricia Canciglia, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, Virginia 22448-5100. Any questions regarding this announcement should be addressed to the attention of Patricia A. Canciglia on (540) 653-7478. (0050)

Loren Data Corp. http://www.ld.com (SYN# 0033 19980223\D-0009.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page