SOLICITATION NOTICE
58 -- CELLULAR PHONE SERVICE
- Notice Date
- 9/14/2004
- Notice Type
- Solicitation Notice
- NAICS
- 517212
— Cellular and Other Wireless Telecommunications
- Contracting Office
- 109 AW/LGC, 1 Air National Guard Road, Scotia, NY 12302-9572
- ZIP Code
- 12302-9572
- Solicitation Number
- W912PQ-04-T-0026
- Response Due
- 9/24/2004
- Archive Date
- 11/23/2004
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subparts 12.6 and 13.5, as supplemented with additional information in this notice. This announcement constitutes the only solicitation to be issued; proposals are being requested and no further written solicitation will be issued. The solicitation number for this Request for Quotation is W912PQ-04-T-0026, a request for quotation for Instruments and Cellular Services, and closes on, 24 Septemb er 2004, 1:30 p.m. Eastern Standard Time. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-24. This procurement is unrestricted with an assigned NAICS Code of 517212, which signifies a small business size standard of 1,500 employees. The 109th Airlift Wing is soliciting instruments and cellular services. All equipment and cellular services will be acquired on a best value basis. Cellular services must include, at a minimum: nationwide, regional, a nd local coverage for our anticipated customers (109th Airlift Wing, 1 Air National Guard Road, Scotia, NY 12302-9752). All services will be purchased through an Indefinite Delivery/Indefinite Quantity type contract which will be awarded on a firm-fixed-p rice basis. The 109th Airlift Wing currently has 40 instruments. The resulting contract will provide for the broadest range of available equipment. The requirement is for instruments in accordance with the Statement of Work, for a base period and four o ne-year option years. Description: Base Period of Performance, 1 October 2004 to 30 September 2005, Option Period #1, 1 October 2005 to 30 September 2006, Option Period #2, 1 October 2006 to 30 September 2007, Option Period #3, 1 October 2007 to 30 Se ptember 2008, Option Period #4, 1 October 2008 to 30 September 2009. Any Vendor interested in submitting a proposal in response to this announcement, must submit the following to be considered for award: 1. Schedule of proposed equipment, service plans and unit prices for this acquisition. The schedule of prices should also include descriptive literature for equipment and service plans. It should be noted here that it is the Vendors responsibility to adequately document the equipment and service plan parameters to assure equitable treatment in the evaluation process. Also, local, statewide, and national coverage must be adequately identified and defined, 2. A copy of latest commercial and any other available schedules for comparison purposes, 3. Fu ll disclosure of all add-on costs beyond the basic monthly plan costs. It is the Vendors responsibility to identify, thoroughly define and to quantify (in terms of prices) all potential add-on costs, 4. Past Performance Information. Three references fo r similar efforts, 5. Phase-In Plan identifying Vendors approach to assure transparent transition for our customers (i.e., full disclosure of time frames and implementation plans, 6. Designation of a single point of contact for trouble/problem calls wit h telephonic response time, 7. Acknowledgement of Governments right to add/delete Cellular service at anytime and without penalty, 8. Completion and submission of representations and certifications found in FAR 52.212-3 and 252.212-7000. The provisions at FAR 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.215-5, 52.217-6, 52.217-8, 52.217-9 apply for this acquisition. The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The Government will make a best value determination bas ed upon the following specific areas of consideration. (a) Range of equipment and service plans available to meet the Governments local, regional, and nationwide needs at the greatest value to the Government. (b) Phase-In Approach, which will result in a seamless transition for our customers. (c) Cost considerations surrounding potential add-on costs. Note: All add-on costs must be adequately identified, def ined and quantified in a separate document, as the Vendor will be limited to add-on costs identified at proposal submission during contract performance. Price will not be a weighted factor in the evaluation. The degree of importance of price; however, wi ll increase with the degree of equality of proposals in relation to other factors on which selection is to be based. 9. Vendor must be registered in the Central Vendor Registration (CCR) database. Registration may be done by assessing the CCR Web site a t http://www.acq.osd.mil/ec. 10. Provide a single point of contact for ordering services. STATEMENT OF WORK EQUIPMENT SPECIFICATIONS, Each cellular instrument must be certified to Military Standard 810F for blowing rain, humidity, salt fog, dust, shock, vibration, temp extremes, low pressure and solar radiation. Rubber encasing, interior linings and seals to pr otect antenna, speakerphone, keys, battery door and accessory connections against water intrusion. Must include the following specifications: Furnished with one complete set of comprehensive user instructions. Power supply: instrument must be battery o perated using standard Lithium Ion battery (ies) minimum 200 minutes of talk time/90hrs standby. If battery is rechargeable vendor must provide battery charger free of charge. Weight: Including battery should be no more than 7 oz (maximum). Dimensio ns: 5.0 x 2.3 x 1.4 (maximum). Memory Capacity: Instrument must have the ability to list the last twenty (20) sent and received messages. Vibrator Call Alert: Instruments must contain a vibrator feature to silently alert the user of an incoming aler t. Clips: All instruments must be equipped with a clip. Lamp: All instruments must be equipped with a lamp to enable nighttime viewing of the display. Statewide Coverage (NY): A total of 80% of the square mileage of the State of New York must be cov ered. Full coverage is required to the following metropolitan areas: Albany, Binghamton, Buffalo, Geneva, Lake George, New York City (five boroughs), Niagara Falls, Poughkeepsie, Rochester, Rome, Syracuse, Utica, Watertown, White Plains, and Yonkers. Nati onwide Coverage: Nationwide coverage includes service in all major population centers of the United States. It includes most state capitals. Vendor must provide a toll free number, which could be used for both nationwide, and New York State coverage. Th e cost of the toll free line will be considered as part of the basic service rate. The instruments are standalone devices and not integrated with other wireless devices. The Vendor guarantees that the instruments offered are the latest models of regular s tock product. All original issue instruments must be equipped with new batteries. Replacement batteries will be the responsibility of the authorized users. The quantities and type of batter (ies) utilized by the equipment are identified by the Vendor. The antenna for the Cellular shall be housed in the body of the instrument. Telescoping antennas are not acceptable. All instruments issued under this contract shall by UL listed. Maintenance: The Vendor offers an in state (NY) exchange service for leas ed instruments. Instruments must be repaired or replaced within 24 hours by the account representative or via overnight mail at the Vendors expense. Maintenance or replacement service must be available 24 hours a day, Monday through Friday, and from app roximately 10 AM to 7 PM on holidays and weekends. Loss, Theft, and Damage: Loss, theft, and damage coverage for rented or leased instruments shall be the responsibility of the Vendor. However, the Vendor will not be held responsible for abused equipment . Service Requirements: Airtime must be available 24 hours a day, 7 days a week, 365 days a year. Overcalls are those calls made to a particular Cellular above and beyond the free calls allowed by the contract. The number of free calls per month shall b e unlimited for digital instruments and shal l be no less than 50 calls per month for the alphanumeric instruments. Calls beyond the amount allowed by the contract are billed on a per minute basis. Quotation in response to this announcement shall be submitted to the 109th Airlift Wing, ATTN: Base C ontracting Office, 1 Air National Guard Road, Scotia, NY 12302-9752. All proposals must be received on or before 24 September 2004, 1:30 p.m. Any proposals received after the 1:30 p.m. deadline will be determined late. All questions regarding this annou ncement shall be addressed to the attention of TSgt Charles Britt, phone(518) 344-2477, fax (518) 344-2687 or email charles.britt@nyscot.ang.af.mil. EMAIL QUOTATIONS WILL NOT BE ACCEPTED.
- Place of Performance
- Address: 109 MSG/MSC 1 Air National Guard Road, Scotia NY
- Zip Code: 12302-9572
- Country: US
- Zip Code: 12302-9572
- Record
- SN00673097-W 20040916/040914212546 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |