Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 22,1998 PSA#2206

314th Contracting Squadron, 642 Thomas Avenue, Little Rock AFB, AR 72099-5019

D -- WIRELESS COMMUNICATION SERVICE SOL F03602-98-R0015 DUE 111098 POC Contact SrA Woodward, (501) 987-3841, or Brenda Tate, Contracting Officer, (501) 987-8457 WIRELESS COMMUNICATION SERVICES: 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is F03602-98-R0015. This is a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-06. This is an unrestricted acquisition with a standard industrial classification code of 4812, the business size standard is 1,500 employees. Award will be determined by using the newly drafted Air Force basic source selection procedures. The Government intends to award a one year plus 4 option years firm fixed price requirements type contract for the delivery and service of 8 line items for Wireless Telephone and Paging Service. (BASIC YEAR) CLIN 0001: Cellular phone service for an estimated quantity of 200 phones. CLIN 0002: Paging service with statewide coverage (AR) and priority paging, estimated quantity 150 pagers. CLIN 0003: Paging service with nationwide coverage and priority paging, estimated number of pagers requiring this service from CLIN 0002 is 20. CLIN 0004: Cellular modems, estimated quantity 2ea. CLIN 0005: Service package 1 to include: statewide (AR) cellular paging with priority paging, caller ID, and voice mail. Estimated quantity of phones from CLIN 0001 requiring this package is 50. CLIN 0006: Service package 2 to include: cellular three way calling, speed dialing, and call waiting. Estimated quantity of phones from CLIN 0001 requiring this package 20. CLIN 0007: Additional minutes over the supplied amount per month. Estimated amount 1000 minutes per year. CLIN 0008: Long distance and roaming charges will be combined and billed separately under this CLIN. All the above estimates are based on per year requirements. An increase of 20%per year is estimated for the life of the contract, but is not limited to this figure. This contractor will provide all equipment for the above services. Except as noted in the separate CLIN's, prices shall be based on a monthly rate. Pricing to be submitted on basic and each of the 4 option years. The purpose of this contract is to standardize cellular phone and pager instruments as well as consolidate billing practices for Little Rock AFB cellular phones. Phones shall have access to a large block pool of 20,000 minutes per month. One Hundred minutes will be added to the pool with the addition of each phone. Only after all minutes in the block are exhausted should the base begin being billed at per minute rates. Changes will normally be accomplished on a monthly basis. Requests will be grouped together for new starts as well as terminations and will be provided to the contractor on a monthly basis. New starts shall be activated within 5 workdays after notification from the government. Deactivation of numbers should take place within 3 workdays after notice. Cellular phones and pagers broken through normal wear and tear shall be replaced with new phones at no cost to the government. Phones and pagers broken through misuse will be replaced by the government and then billed as a new service start. The contractor will provide a detailed area coverage diagram for CLIN 0001 and CLIN 0002 clearly showing normal coverage areas as well as areas that are considered roaming and long distance. Procedures for obtaining additional equipment, on an as needed basis, for contingencies and special events with the associated costing should be included in the proposal. The contractor will provide the government new equipment or services for all existing equipment or services in the event of significant technology changes at a reasonable cost to the government. Significant technology changes include, but are not limited to, significant changes in the scope of coverage, changes in frequency/power of equipment, and any changes that alters the effectiveness of the current service. The government reserves the right to accept or reject all changes to service or equipment. Phones will include, at a minimum, two batteries, a cigarette lighter adapter, and a charger. The phones, pagers and accessories will remain the property of the contract at the end of the contract or any option that is exercised. The pagers shall have a numerical display, light, audible and vibrating notification of an incoming page. The contractor will include a proposed discount to standard commercial prices for additional batteries, vehicle mount antennas, chargers, and all other available accessories at the time of bid. Provide a price list of all other accessories not listed in the above packages. If digital service is proposed the phone must also be analog capable. Prospective vendors will submit any additional options not included in CLIN 0005 and CLIN 0006. The cost of additional services will be provided with this proposal. The government will choose in writing the options to be included in any existing or additional service packages. The contractor must provide the government one consolidated monthly bill. The bill will be detailed to include an individual customer account number for each account as specified by the government. Each account number will represent an individual government customer. This account number will reflect customers of the 314th Communication Squadron accounts to be set up by the government. A list of the account names will be provided to the vendor. The account numbering system will be developed by the contractor and subject to government approval. Each account number may contain any number of phone instruments and each instrument will be separately billed and detailed. The government will provide the account number each phone will be billed against with each activation. The government reserves the right to change the account names and quantities of phones within each account as required. The contractor will provide one point of contact to the government for resolution of billing problems. Another point of contact may be provided for customer service support. Billing may not include any taxes and any tax charges on the bill will be deducted from payment. Service is expected to start at the beginning of November. There are several provisions and clauses that apply to this acquisition. The first provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, is applicable to this acquisition. There is an addendum to paragraph (h) in this provision. Only one award will be made as a result of this solicitation. Provision 52.212-2, Evaluation-Commercial Items, is hereby incorporated with the following evaluation factors to be included in paragraph (a) in descending order of importance are: past performance- Offerors shall submit references, to include as a minimum, company name, address, point of contact, and telephone number, description of service provided, including quantities, and completion date on all contracts in which the total number of phones and pagers combined were at least equal to 50. If no past performance exists in this realm then the offeror will submit at least 15 references preferably on multi phone and pager accounts. All references shall be within the past 2 years. These sources may be contacted to validate the information, coverage area- Offerors proposal shall be evaluated using the diagrams provided under the coverage areas submitted for CLIN 0001 and CLIN 0002. The entire state of Arkansas must be included in the coverage area at a minimum to obtain a satisfactory rating., technical refreshments-Evaluation will be based on the proposed refreshments, and the intervals at which they are offered. The factors to be addressed at a minimum are as follows, significant changes in the scope of coverage and changes in frequency/power of equipment. Please consider any changes that alters the effectiveness of the current service, and price- Price will be evaluated for reasonableness which will be determined through competition. Technical and past performance when combined, are significantly more important than cost or price. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3 Alt I (Deviation) Offeror Representation and Certifications Commercial Items and a completed copy of DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items. Other Clauses and Provisions that apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items to include clauses in paragraph (b) 1,3,4,6,7,8,9,10 and (c) 1,2,3; 52.217-8 Option To Extend Services, 52.217-9 Option To Extend The Term Of The Contract, (for the purpose of this clause the blanks are completed as follows: (a) within (30 days before the contract is to expire), (b) not to exceed 5 years, 52.216-21 Requirements (f) 30 Mar 04, 52.216-18 Ordering (a) Date of Award through 30 Mar 04, 52.216-19 Order Limitations (a) $10.00 (b)(1) $ 99,000.00 (2) $ 165,000.00 (3) 15 days (d) 3 days, 252.204-7004 Required Central Contractor registration, 252.232-7009 Payment by Electronic Funds Transfer (CCR), 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items to include clauses 252.227-7015 Technical Data-Commercial Items. The government reserves the right to award this contract without discussions. A pre-proposal conference will be held on, October 30, 1998 at 2:00 p.m. CST. The conference will take place in conference room 11 at 642 Thomas Ave. LRAFB; all attendees must call to obtain a pass to enter the base. All responsible sources may submit an offer, which, if received in a timely manner, will be considered by this agency. All FAR Clauses and Provisions can be found at http://farsite.hill.af.mil/VFFARa.htm. All proposals must be received at 314 CONS/LGCV, 642 Thomas Avenue, Little Rock AFB, AR 72099, 2:30 p.m. CST, November 10, 1998. Posted 10/20/98 (W-SN263709). (0293)

Loren Data Corp. http://www.ld.com (SYN# 0029 19981022\D-0009.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page