SOLICITATION NOTICE
S -- DoN wide (Navy and Marine Corps) Wireless Services for the 50 United States and while traveling Internationally
- Notice Date
- 4/25/2011
- Notice Type
- Presolicitation
- NAICS
- 517210
— Wireless Telecommunications Carriers (except Satellite)
- Contracting Office
- N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024411R0008
- Response Due
- 6/16/2011
- Archive Date
- 3/31/2012
- Point of Contact
- Ms. Tess Heidrich 6195322395 Contact Contracting Officer, Ms Heidrich via email: cellMac@navy.mil;
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS FOR N00244-11-R-0008 Notice Type: Presolicitation NAICS Code: 517210 FSC Code: S113 The Fleet and Industrial Supply Center, San Diego (FISCSD) intends to solicit and award Multiple Firm Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contracts, for Wireless Services for the Department of Navy and Marine Corps to provide mission critical support to DON. The acquisition will provide continuity of services as the proposed acquisition is a follow-on requirement. This acquisition is competitive and unrestricted; the NAICS code is 517210, with a size standard of 1,500 employees. This acquisition is subject to the procedures of FAR Part 12 for commercial items; and full and open competitive procedures set forth under FAR Part 15 will be used. The period of performance is for one year with four twelve-month option periods. Multiple Award IDIQ contracts are planned to be awarded, task orders will be competed among those firms awarded contracts. The total estimated dollar value for this contract for the base year period and four twelve-month option periods is $750,000,000 for all contracts. FISCSD anticipates the award of two (2) or more IDIQ contracts to qualified offerors for this requirement. Currently, DON has approximately 75,000 Cell Phones, 36,000 Blackberries, 2400 Smart phones, and 41,000 Data cards. The scope of this contract covers the DON ™s requirement for wireless and cellular telecommunications services [hereinafter, wireless telecommunications includes all wireless technologies and related operations], software, hardware, firmware and equipment, etc. Contractors shall provide current technologies over the life of the contract. Each Offeror must demonstrate coverage: in all 50 United States; in each U.S. City with a population over 100,000; in and around Navy and Marine Corps locations (to be identified with RFP). Contractors must also demonstrate coverage must also coverage for international travel worldwide, e.g. all of Europe, Asia, the Americas, Africa, Middle East, Pacific, Atlantic, etc. All successful awardees shall provide service for voice, texting, PTT, data and tethering, WIFI and WIMAX. Service for Government end-users shall be continuous, uninterrupted coverage throughout the United States, including while traveling. Wireless Service requirements are set forth by the Government in Solicitation. There are Eight Plans: 500 minute plan, 4000 minute, Blackberry, Smart Phone, Data Card, Unlimited Voice, International and Other Plan. All voice plans include (Basic Voice Plan Requirements) Unlimited nighttime and weekend calls made to and from within the 50 States Unlimited texting 24/7 Unlimited mobile to mobile without decreasing the available minutes Unlimited calls made within the 50 States Unlimited Voicemail retrieval Unlimited Call forwarding No cost International activation Caller ID display Coverage in all 50 States, coverage for certain Naval Installations, coverage for Metropolitan areas with a population of 100,000 or more, coverage for certain Marine Corps Installations, and international coverage. No Roaming charges within the 50 States Call waiting Tech refresh shall be no less often than each twelve (12) month period unless a longer period is agreed to by Ordering Officer and contractor (Not Separately Priced) Unlimited minute pooling within a task order, no pooling with an unlimited voice plan Unlimited Porting numbers Phone device 24/7, 365 days, cellular customer and technical service support, including training on the use of the provider ™s coverage plans Unlimited PTT usage within the 50 United States Minute pooling across 500 minute and 4,000 minute plans per Task Order All Voice phone devices shall include the following: (Basic Voice plan devices) Caller ID display No Roaming charges within the 50 States Call waiting Tech refresh shall be no less often than each twelve (12) month period unless a longer period is agreed to by Ordering Officer and contractor (Not Separately Priced) Capable of minute pooling Unlimited Porting numbers Voice and texting capability in all 50 States; Naval Installations, Metropolitan areas with a population of 100,000 or more, Marine Corps Installations, and internationally All devices provided must meet one or more of the following technical criteria: HSPA+, EVDO, UMTS, GSM, CDMA, iDEN or other more advanced technology 24/7, 365 days, service support including training in the use of all devices covered under the plan, PTT, voice and text capable device shall be offered under each plan Wall charger, Express Warranty Minimum of 1 to 3 choices for a free device with each plan, devices shall meet the requirements of the RFP, shall be offered per plan and shown on the contractor-provided DON Government website. In addition to meeting the requirements of the Basic Voice Plan, Data Plans shall include the following: Unlimited data access included. Tethering capacity included Data capability in all 50 States, including access, downloading, sending, etc; Naval Installations, Metropolitan areas of 100,000 populations or more, Marine Installations, and internationally. When tethering is ordered for domestic plans, it is for unlimited tethering In addition to meeting the requirements of the Basic Voice Plan, all Data Plan devices shall include the following: BlackBerry or data phone devices Data phone devices provided must meet one or more of the follow technical criteria: HSPA+, EVDO, UMTS, GSM, CDMA, LTE, iDEN or other more advanced technology Device capable of PTT, voice, text, and data, including a free device, shall be offered under the data plan Device capable of voice, text, and data shall be offered under the data plan Device capable of Tethering, voice, text, and data shall be offered under the data plan Devices under Blackberry ELIN and Data ELIN shall be NMCI certified when device is to be connected to the Navy Marine Corps network (currently NMCI) PLAN REQUIRMENTS FOR 500 Voice Minutes Pooled Plan In addition to the basic voice requirements, the 500 minute plans shall include: Minimum of 1 line per plan included with initial order Minimum of 1 device per plan included with initial order {Government ™s discretion of which of the offered free devices will be selected] PLAN REQUIRMENTS FOR 4,000 Minute Shared Plan In addition to the basic voice and data plan requirements, the 4,000 minute Shared plan shall include: Minimum of 1 Line included with initial order Minimum of 1 phone device included with initial order {free devices are chosen by the Government from the qualified/offered device selection required by the contract and posted to the contractor ™s dedicated DoN website) Maximum of 250 lines may be added at the price specified in the contract; each additional line purchased includes a free device. All devices that communicate with NMCI systems shall be NMCI (Navy Marine Corp Intranet) certified. All data communication devices, hardware and software must be NMCI compatible where there is interaction with the Navy Marine Corps network (currently NMCI). Technology acceptable will be HSPA, 3G-EVDO, UMTS, Quadband GSM, GSM, CDMA, TDMA, 4G-LTE, and Wimax or later more advanced technology. Plans will be specified by the Government and include but are not limited to; 500 minute voice pooled plans, 4,000 minute voice ˜bucket ™ plans, and unlimited domestic voice. OTHER PLAN REQUIREMENTS AND OTHER TECHNICAL REQUIREMENTS WILL BE PROVIDED WITH THE RFP Technical and pricing proposals are required. Evaluation will be on technically acceptability, pricing, and past performance. Only contractors meeting the technical requirements will be considered for pricing analysis. Factors considered are: Factor (1) Corporate Management, Factor (2) Technical Capability, Factor (3) Past Performance, and Factor (4) Price. Corporate Management has 6 sub-factors; 1-Reporting at the Contract Level, 2-Reporting at the UIC Level, 3-Customer Service at the Contract Level, 4-Customer Service at the UIC Level, 5-Contingency Communication Capability, and 6-Transition Plan-Change of Contract and Service Provider. The Technical Factor has two sub-factors, 1-Coverage and 2-Devices. Proposals shall not include any contractor-proposed plans, offerings, terms and conditions; to do so may render the offer non-responsive and not eligible for award. The solicitation documents will be posted on the Navy Electronic Commerce Online (NECO) https://www.neco.navy.mil/ on or about 16 May 2011 and on FEDBIZOpps website http://www.fedbizopps.gov. It is the responsibility of interested parties to register with NECO and or FEDBIZOpps to download the synopsis, solicitation, all attachments, and solicitation amendments. No solicitation mailing list will be issued. Offerors are encouraged to review the referenced websites frequently for updates and potential amendments to any and all documents. No paper copies of the RFP and its attachments and amendments will be provided. The RFP will include instructions for preparation of offerors proposals, the statement of work, and evaluation criteria. Central Contractor Registration (CCR) is mandatory for offerors (http://www.ccr.gov) including completion of On-Line Representations and Certifications (ORCA). Only email communications to the Contracting Officer will be accepted; no phone call communications or personal office visits with FISCSD or its internal and external customers regarding issues or questions pertaining to this procurement will be accepted for the duration of the solicitation, evaluation and award process. All questions regarding this notice for Solicitation N00244-11-R-0008 shall be submitted in writing to the Contracting Officer, Tess Heidrich, (Code 200A) by email to cellmac@navy.mil. All submitted questions shall be submitted no later than 7 days prior to the closing date specified on the RFP and shall specifically identify this solicitation number N00244-11-R-0008. Questions sent by another method or those that don ™t specify the solicitation or after the 7 day minimum may not receive a response. All email communications shall include the inquiring company ™s name, address, POC name, email address/es and telephone number/s, fax number. Also include the offering entity ™s cage code, Tax ID number, Business size, county and DUNS number. The solicitation is tentatively planned to be released on or about 16 May 2011 and is expected to close on 16 June 2011. Contracting Office address: FISC SAN DIEGO, Code 200A, 7th Floor, 937 North Harbor Drive, San Diego, CA 92131 USA
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024411R0008/listing.html)
- Record
- SN02432098-W 20110427/110425233957-0a98347a973f9d38613970f387a5c76f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |