SOLICITATION NOTICE
70 -- Toll Free Number
- Notice Date
- 5/23/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N6890113RCV0011
- Archive Date
- 7/9/2013
- Point of Contact
- Courtney A. Piar, Phone: 301-619-7467
- E-Mail Address
-
courtney.piar@med.navy.mil
(courtney.piar@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR FAR 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The solicitation number is N6890113RCV0011. The solicitation is issued as Request for Quotes (RFQ). Provisions and clauses in effect through Federal Acquisition Circular 05-24 are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars/index.htm. This procurement will be classified under North American Industry Classification System (NAICS) 541519 with a Size Standard of 500. This is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a quote following the below CLIN structure: CLIN 0001 - Fee Establishment of Toll Free Number CLIN 0002 - Monthly Fee for number of minutes in state (Base Year) CLIN 0003 - Minutes used on Toll Free 800 Number in state (Base Year) CLIN 0004 - Minutes used on Toll Free 800 Number outside of state (Base Year) CLIN 0005 - Monthly Fee for number of minutes (Option Year 1) CLIN 0006 - Minutes used on Toll Free 800 Number in state (Option Year 1) CLIN 0007 - Minutes used on Toll Free 800 Number outside of state (Option Year 1) CLIN 0008 - Monthly Fee for number of minutes in state (Option Year 2) CLIN 0009 - Minutes used on Toll Free 800 Number (Option Year 2) CLIN 0010 - Minutes used on Toll Free 800 Number outside of state (Option Year 2) CLIN 0011 - Monthly Fee for number of minutes (Option Year 3) CLIN 0012 - Minutes used on Toll Free 800 Number in state (Option Year 3) CLIN 0013 - Minutes used on Toll Free 800 Number outside of state (Option Year 3) CLIN 0014 - Monthly Fee for number of minutes (Option Year 4) CLIN 0015- Minutes used on Toll Free 800 Number in state (Option Year 4) CLIN 0016 - Minutes used on Toll Free 800 Number outside of state (Option Year 4) The Naval Medical Logistics Command requests responses from qualified sources capable of providing a toll free number as per the below Statement of Work: Statement of Work (SOW) VANITY 1-2-3 1. BACKGROUND: NAVMISSA is Navy Medicine's center for Information Management and Information Technology (IM/IT). NAVMISSA's mission is to provide and coordinate the operation and centralized control of integrated automated information systems (AIS) on a world-wide basis, as directed by the CIO BUMED and higher authority; to cooperate with other government agencies in AIS matters; and to collect, analyze and provide health care and other related data in support of the Naval Medical (NAVMED) department requirements. 2. SCOPE: This statement of work is for the procurement of a vanity 1-800 number to include: one (1) 1-800 number that can be ported to any number of NAVMISSA's choosing and is transferable upon request. It is understood that this vendor is not responsible for setting up "hunt-lines", but only to provide the requested 1-800 number and port ("piggy-back") the number when requested by NAVMISSA's IT Department Head. The vendor will also provide an online account for tracking purposes as well as the ability for NAVMISSA IT department to switch the number themselves. Limits on the 800 number will only be bound by the limits of the local number that it is ported to. (i.e. number of hunt lines and connectivity). The service of the actual 800 number will not lessen whether it is a "Hard-Line" or a VoIP number that it is ported to. After the initial fee, the number will be the property of NAVMISSA; this is not a leased number. 3. REQUIREMENTS: • The contractor shall provide the 800 number as well as any assistance (when needed) with porting and transferring the 800 number to phone numbers of NAVMISSA's choosing. 4. AGENCY POINT OF CONTACT AND DELIVERY ADDRESS: TBD 5. PERIOD OF PERFORMANCE: Base Year - 1 July 2013 - 31 June 2014 Option Year 1 - 1 July 2014 - 30 June 2015 Option Year 2 - 1 July 2015 - 30 June 2016 Option Year 3 - 1 July 2016 - 30 June 2017 Option Year 4 - 1 July 2017 - 30 June 2018 INSTRUCTIONS TO OFFERORS: Offerers shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for a thorough evaluation of the proposal. Additionally, the vendor shall fully explain their ability to meet all the requirements above. Quote shall specify the Total Price. Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS numbers and pricing. Include any applicable discounts to the Government. EVALUATION CRITERIA: The Government will award a contract resulting from this solicitation to the offeror whose submission, conforming to the solicitation; will be the most advantageous to the Government. The offeror's initial proposal shall contain the offeror's best terms from a price and technical standpoint. Award shall be made on the basis of the lowest evaluated price meeting or exceeding the non-cost factor (technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offeror's total price for all line items. This acquisition is being conducted under simplified acquisition procedures (IAW FAR 13). Past Performance is not an evaluation factor for this acquisition. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. A Technical Evaluation Panel will evaluate all technical quotes based on the documentation provided. The evaluations will be based on the evaluation criteria set forth below. 1. Technical Features Meeting/Exceeding Minimum Requirements The offeror shall submit a proposal that meets the requirements as stated in the above SOW. 2. Price (all CLINs shall be priced) I. Completeness. The offeror has submitted CLIN total price and total contract price and acknowledged any amendments. II. Reasonableness. The Government's determination that the proposed price is fair and reasonable based on price analysis. The degree to which the offeror's proposed price represents a fair and reasonable price will be evaluated using the techniques in FAR 15.305(1), which provides that comparison of the proposed prices will usually satisfy the requirement for price analysis. Other Administrative Instructions: System for Award Management (SAM). Offerors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov; provide DUNS number; Cage Code and TIN. FAR Provisions & Clauses: FAR 52.203-3, Gratuities; FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.223-18, Contract Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; [Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response. All clauses shall be incorporated by reference in the order.] Additional contract terms and conditions that may be applicable are: DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7021, Trade Agreements; 252.227-7015, Technical Data-Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. DFARS 252.211-7003 Item Identification and Valuation (IUID) Quotes/Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to: Proposals are due by 9:00 AM Eastern Time on 24 June 2013. Any questions must be addressed to Courtney.piar@med.navy.mil by email only NLT 05 June 2013. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6890113RCV0011/listing.html)
- Record
- SN03070509-W 20130525/130523235343-0c988f16fca94c3e558b44b0341973ec (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 |