Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 1, 2000 PSA #2718
SOLICITATIONS

D -- CELLULAR TELEPHONE SERVICE FOR THE US AIR FORCE ACADEMY

Notice Date
October 30, 2000
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, CO, 80840-2315
ZIP Code
80840-2315
Solicitation Number
F05611-01-T-0052
Response Due
November 3, 2000
Point of Contact
Mike Slocum, Contract Specialist, Phone (719)333-6081, Fax (719)333-4404, Email michael.slocum@usafa.af.mil
E-Mail Address
Mike Slocum (michael.slocum@usafa.af.mil)
Description
17. Description: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written statement will not be issued. (ii) This solicitation, F05611-01-T-0052, is being issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. (iv) The proposed solicitation listed here is being issued as an unrestricted acquisition. The Standard Industrial Classification number is 4812 and the Business Size Standard is 1500 employees. Requestors must state their business size on each request. Offerors must be actively registered with Central Contractor Registration. (v) The selected source would be awarded a 10-month contract. CLIN 0001 only will be evaluated for price. All others will be used to demonstrate Best Value. Description: Line Item 0001 _FFP -- Cellular telephone service for the US Air Force Academy as per the Statement of Objectives (SOO). Period of Performance: 1 Dec 00 _ 30 Sep 01. The following items are to be priced per minute (except as indicated) for the Performance Period: Item 0001AA Peak Analog, Estimated required quantity 16666 minutes, FFP, Item 0001AB Off Peak Analog, Estimated required quantity 16666 minutes Item 0001AC Peak Digital, Estimated required quantity 150,000 minutes Item 0001AD Off Peak Digital, Estimated required quantity 150,000 minutes Item 0001AE Messaging service, Estimated for 100 phones Item 0001AF Activation Fee (price per each), Item 0001AG (price per each) Termination Fee, Item 0001AH Optional Services. (vi) Statement of Objectives: This contract is for cellular telephone service and cellular telephone equipment for the USAF Academy, Colorado. The USAFA purchased 400,000 minutes from the incumbent contractor during the last 12 months. 1. SCOPE: The scope of this contract is to purchase cellular telephone service and cellular telephone equipment for the United States Air Force Academy (USAFA), CO. The service shall be compatible with our current cellular telephone instruments. 2. SERVICE: The offeror shall provide both analog and digital cellular telephone services to include local and nationwide long distance service. The service shall be compatible with current government owned cellular telephone equipment or the offeror shall offer to replace all existing cellular telephone instruments at no additional cost, and the new equipment should have the same or better warranty than the equipment replaced. Currently, there are approximately 425 cellular telephone numbers and instruments in use on the Air Force Academy. Current government owned cellular telephones include the Motorola Ultra Classic MC-750, the Motorola Micro-TAC series, and the Nokia 2160, 5160, 6160 and 6162 series. 3. EQUIPMENT: 3.1. New cellular telephone equipment will be required to replace current cellular telephone equipment on a life cycle replacement basis. New cellular telephone equipment will also be required to fulfill any and all newly established cellular telephone requirements. Replacement telephones or new cellular telephones will be purchased via Government Purchase card. 3.2. The offeror shall provide warranty service on all cellular telephone instruments purchased from the offeror. The warranty must meet or exceed the one-year warranty of our current equipment. 4. BILLING: 4.1. The offeror shall provide monthly billing charges. Airtime, nationwide long distance, and roam charges must be identified separately for each cellular telephone number. 4.2. The offeror shall have an electronic billing system on CD-ROM for use by USAFA. Each number must be identified with current monthly charges and minutes of use (MOU). The electronic billing system must be capable of providing charge reports for any and all organizations requested by the government. The offeror_s electronic billing system must be compatible with current USAFA computers. The offeror will provide any software required for the electronic billing system and training required for the use of that software. 5. REPRESENTATION: 5.1. The offeror shall provide electronic mail address and a telephone number for single point of contact (POC). The POC must be accessible within one business day. The offeror must provide timely notification of changes in POC. 5.2. The POC must be able to activate and deactivate numbers, make changes to number identifications, and administer account inquiries within one business day of notification. 5.3. The offeror shall be able to activate existing numbers in new cellular telephones (maintenance replacements) within one business day of notification. 6. COVERAGE: 6.1. Coverage Inside Home Area: 6.1.1. The offeror shall provide verification of coverage area. Home coverage area must include the USAFA and the El Paso County area. The coverage shall include at least 100 percent of the Air Force Academy with reasonable access inside USAFA facilities. A mandatory Site Visit for the purpose of verifying coverage of the USAFA grounds and facilities will be coordinated with each offeror. 6.2. Coverage Outside Home Area: 6.2.1. The offeror_s telephone instruments must roam on the conventional analog and digital cellular systems throughout the United States. (vii) Service will be delivered as indicated in (vi) above FOB Destination. (viii) Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors-Commercial. Quotes received by Fax are acceptable. Please fax quotes to Michael Slocum, 719.333.4404. They also may be submitted by email to the address at the bottom of this document. (ix) The following additional FAR provisions and clauses apply: 52.212-2, Evaluation _ Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, Price and other factors considered. Basis for Award: The Government will award a purchase order to the contractor offering the best overall value to the Government. The Contracting Officer may evaluate quotations or offers based on price alone or price and other factors. Evaluation of other factors does not require the creation or existence of a formal database, but may be based on such information as the Contracting Officer_s knowledge, previous experience or customer surveys. (x) 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the quote. (xi) 52.212-4, Contract Terms and Conditions _ Commercial items. There are no addenda attached to this provision. (xii) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses (b), 12, 22, 13, 14, 15. DFARS 252.212-7000(b), Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payment Program (41 U.S.C. 10, E.O. 10582); 252.225-7036, North American Free Trade Agreement Implementation Act (Alt I); and 252.232-7009, Payment by Electronic Funds Transfer (CCR). (xiii) FAR 52.217-9, Option to extend the Term of the contract (Mar 2000) For the purpose of this clause the blanks are completed as follows: (a) within 30 days, (b) not to exceed 3 years. 52.217-8 is incorporated by reference. (xvi) Electronic submissions are acceptable. Offers may be transmitted by email or FAX and are to be received at the Operational Contracting Office 10 ABW/LGCV, 8110 Industrial Drive, Suite 200, USAF Academy, CO FAX number 80840-2315, no later than 3:00PM MDT on November 3, 2000. The is 719.333.4404. (xvii) Contact Michael Slocum, Contract Specialist, at 719.333.6081 or email Michael.slocum@usafa.af.mil.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=F05611-01-T-0052&LocID=479)
Record
Loren Data Corp. 20001101/DSOL001.HTM (D-304 SN505530)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on October 30, 2000 by Loren Data Corp. -- info@ld.com