Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 12,1999 PSA#2452

FBI/TCAU, 14800 Conference Center Drive, Suite 300, Chantilly, VA 20151

D -- CELLULAR PHONE SERVICE FOR JACKSONVILLE, FLORIDA SOL RFQ-730006 DUE 110199 POC Tracie L. Davidson at (703) 814-4722 or Paul D. Rankin at (703) 814-4914 This is a combined synopsis/solicitation for commercial items in accordance with the format in Federal Acquisition Regulation (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 RFQ-730006 is issued as a Request for Quotation, under simplified acquisition procedures, test program, unrestricted. The SIC code is 4812 and the small business size standard is 1,500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. All responsible sources may submit a proposal, which, if timely received, shall be considered by the Government. The contractor shall provide rental of the following equipment, to include service, for the FBI's Field Office in Jacksonville, Florida. The proposal shall include the following information to be considered: Detailed pricing for the base year and all option years for all services and equipment described below. 35 cellular phones with analog and/or combined analog/digital capabilities (dual band); 19 analog accounts, 17 of which will be used as back-up alarm lines; -- complete description of all cellular phones being proposed, including capabilities, warranties, and replacement policy. All hardware costs should take into consideration the service commitment for a base year, four one year options, and prevailing competitive market conditions when establishing the price of the phones; -- complete listing of accessories for each phone, to include a spare battery, a cigarette lighter (12v) adapter, belt clip, desktop chargers, hands free car kits, etc.; -- description of all analog and digital features and charges if any, such as, but not limited to, call forwarding, call waiting, call blocking, voice mail, pager service, digital messaging service, etc.; -- all bidders are requested to offer plans which provide the widest possible toll free calling. The bids under this solicitation shall offer local coverage for the Florida panhandle, north Florida, and as far south as Citrus, Sumter, Lake, and Volusia counties. Bidders must also provide, at a minimum, local calling coverage between the following Resident Agencies (RAs): Daytona Beach, Gainesville, Ocala, Tallahassee, Panama City, Fort Walton Beach, and Pensacola. All bids shall clearly describe all toll free calling plans, exclusive of roaming charges, that, at a minimum, shall include statewide, and any other offered toll free plans on a regional basis. Each calling plan shall include charges for basic service and charges for prime and non-prime usage over and above the basic plan free time usage, access fees if any, local and/or state tax fees, universal service charges, and termination charges as applicable; -- all base plan usage shall be pooled (aggregate billing). Any bid must show, as an example, if each phone's base plan includes 100 minutes of freeusage and there are 10 phones, no additional usage charges shall apply until the total account exceeds 1,000 minutes used. BIDDERS WHO DO NOT SHOW/OFFER POOLING SHALL BE CONSIDERED NON-RESPONSIVE; -- all bidders shall submit a map of the total service area, as identified above. Any proposal submitted should clearly stipulate how these areas are covered and provide the most cost effective means of coverage, including extended calling areas, and teaming arrangements with other local cellular providers, if necessary. Indicate all coverage by county and/or district, with a description of the service plans and associated fees for the local calling area and any extended calling area, and; -- past performance references for the last three (3) contracts of a similar nature. Bidders shall ensure all reference points of contact, i.e., organization, name, and phone number, are accurate. All respondents are encouraged to provide a variety of calling plans that would reflect the best value to the government. The number of cellular phones as stated above is for proposal purposes only; the actual number of cellular phones for the initial base year contract may vary plus or minus the above stated amount, depending on changing requirements, but not more than 10%. Any resulting contract shall include the option to increase or decrease the number of cellular phones over the term of the contract by 50% of the above stated amount. Price evaluations are based on individual amounts and options as proposed on a per cellular phone basis. Proposals will be evaluated based on the factors as listed below for a base year contract, plus four one-year options, to be awarded no later than 12/1/99. Exercise of the awarded contract is contingent upon availability of funds and/or a full appropriation for each new fiscal year. Service to become effective 12/15/99 and the place of delivery shall be the FBI Field Office at 7820 Arlington Expressway, Suite 200, Jacksonville, Florida, 32211-7499. The FBI reserves the right to make multiple awards as a result of this solicitation. The following FAR clauses apply to this acquisition: 52.212-1 Instructions to Offerors -- Commercial Items (Aug 1998). 52.212-2 Evaluation -- Commercial Items (Jan 1999). The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror whose proposal conforming to this synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate proposals, price, technical capability and past performance. Technical and past performance, when combined, are more important than price. Vendors are required to submit past performance information, including points of contact, on the last three contracts for similar equipment and service. 52.212-3 Offeror Representations and Certifications -- Commercial Items (Feb 1999). Proposals shall be accompanied by completed representations and certifications. A copy of these representations and certifications must be submitted with proposal. 52.212-4 Contract Terms and Conditions -- Commercial Items (Apr 1998). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Mar 1999). 52.217-9 Option to Extend the Terms of the Contract (Mar 1989). 52.232-33 Mandatory Information for Electronic Funds Transfer Payment (Aug 1996). Year 2000 Compliant -- 1. This clause applies to all systems (hardware, software, and systems comprised of information technology products) used in performance of this contract. 2. Examples of (but not limited to) non-computer information systems: a. Access devices b. Analog voice systems c. Cameras d. Medical equipment e. Elevators f. Security systems g. Fire control systems h. Generators i. HVAC systems j. Communications systems 3. The contractor shall provide and maintain systems and equipment which are year 2000 compliant. Complete records of all year 2000 compliant inspections performed by the contractor shall be maintained and made available to the Government during contract performance. 4. If any of the systems used do not conform with year 2000 requirements, the Government will require the contractor to perform any and all services necessary to ensure systems and equipment conform with year 2000 requirements, at no increase in contract amount. 5. The rights of the Government and remedies described in this clause are in addition to all other rights and remedies set forth in this solicitation. Specifically, the Government reserves its rights under the Inspection of Services and Termination clauses. Certification. I hereby certify that all systems and equipment utilized in performance of this contract will be year 2000 compliant. _______________________________________ Name of Organization _______________________________________ Name and Signature of Authorized Negotiator __________________ Date. Year 2000 Warranty -- The Contractor represents that the following warranty applies to all products licensed under this combined synopsis/solicitation. The Contractor warrants that all products provided under this combined synopsis/solicitation shall be able to accurately process date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and the twenty-first centuries, and the years 1999 and 2000 and leap year calculations. The duration of this warranty and the remedies available to the Government for breach of this warranty shall be as defined in, and subject to, the terms and limitations of the standard commercial warranty or warranties contained in this contract or the applicable End User License Agreement, provided that notwithstanding any provision to the contrary in such commercial warranty or warranties, the remedies available to the Government under this warranty shall include an obligation by the Contractor to repair or replace any such product whose non-compliance is discovered and made known to the contractor in writing at any time prior to June 1, 2000 or for a periodof six months following acceptance, whichever is the later date. Nothing in this warranty shall be construed to limit any rights or remedies that the Government may otherwise have under this combined synopsis/solicitation. This warranty shall not apply to products that do not require the processing of date/time data in order to function as specified in this combined synopsis/solicitation. In addition to the listed FAR provisions and clauses, all Offerors must provide a contractor identification code which is currently the Dun and Bradstreet Data Universal Numbering System (DUNS) number. The selected Offeror shall also submit an electronic payment form SF-3881 ACH Vendor/Miscellaneous Payment Enrollment in accordance with the Debt Collection Act of 1996. A copy of this form may be obtained from the U.S. Treasury web site address http://www.ustreas.gov/forms.html. All FAR provisions and clauses may be reviewed and/or obtained from the General Services Administration's Federal Acquisition Regulation web site atInternet address http://www.arnet.gov/far/ except for the Year 2000 Compliant clause. A copy may be obtained by sending a FAX'ed request to Mr. Paul D. Rankin or Ms. Tracie L. Davidson at (703) 814-4787 between the hours of 7:30 AM and 4:00 PM EST, Monday through Friday. Two (2) copies of a signed and dated proposal must be submitted to the FBI, Suite 300, 14800 Conference Center Drive, Chantilly, Virginia 20151, no later than 4:00 PM Eastern Standard Time (EST) 11/1/99. All proposals must be submitted in hard copy. NO Faxed proposals will be accepted. The contact for information regarding this solicitation may be obtained by contacting Mr. Paul D. Rankin at (703) 814-4914 or Ms. Tracie L. Davidson at (703) 814-4722 between the hours of 7:30 AM and 4:00 PM EST, Monday through Friday. The proposal number RFQ-730006 must be listed on the outside of the submission. BIDDER PACKAGES SHALL INCLUDE ALL INFORMATION REQUESTED WITHIN THIS SOLICITATION TO BE CONSIDERED. Posted 10/07/99 (W-SN389972). (0280)

Loren Data Corp. http://www.ld.com (SYN# 0020 19991012\D-0004.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page