Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2018 FBO #6106
MODIFICATION

58 -- Pager Service Maintenance service

Notice Date
8/10/2018
 
Notice Type
Modification/Amendment
 
NAICS
517312 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Benning, Bldg 6, Meloy Hall, Room 207, Fort Benning, Georgia, 31905-5000, United States
 
ZIP Code
31905-5000
 
Solicitation Number
W911SF-18-T-PAGE
 
Archive Date
8/30/2018
 
Point of Contact
Byron I. Anderson, Phone: 7065455428
 
E-Mail Address
byron.i.anderson.civ@mail.mil
(byron.i.anderson.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION/SPECIFICATION WORK STATEMENT GENERAL C.1. Scope of work. The Contractor, who shall be licensed and tariffed by the Federal Communication Commission (FCC), shall provide paging service on an FCC approved licensed and tariffed frequency in accordance with FCC regulations, for Fort Benning, Georgia to satisfy the requirements of Department of Defense (DOD) Appropriated and Non-Appropriated Funded Agencies located within Fort Benning Reservation (FBR) to include the following outlying training and recreational areas Camp Darby, Camp Merrill, Camp Rudder, Port Support Activity Jacksonville, Uchee Creek Recreational Area and Destin Recreational Area. The FBR includes Lumpkin, Marion, Chattahoochee and Muscogee Counties in Georgia; Russell County in Alabama; Duyal, Okaloosa and Walton County in Florida. All cities and towns included within the boundaries of the foregoing counties and all highways connecting Fort Benning with it's outlying training and recreational areas. C.1.2 Personnel. Contractor Representative, the Contractor shall provide the name and telephone number of an individual to act as his representative for scheduling and coordination of services who will be responsible for coordination of the Contract with the Government. The name and telephone number of the designated individual will be provided to the Contracting Officer at the start of the contract period. C.1.3 Operating/Work Hours. Paging service shall be provided 24 hours a day 7 days a week. Services required to program or reprogram pagers shall be performed during normal operating hours (8:00 A.M. - 5:00 P.M.) Monday through Friday, (excluding legal public holidays). C.1.4 Quality Control. The Contractor shall maintain a quality control system that will ensure the quality of service and materials provided meets or exceeds the contract requirement. C.1.5 Quality Assurance. The Government will monitor and inspect services performed under this contract pursuant to the "INSPECTION OF SERVICES - FIXED PRICE clause. DEFINITIONS C.2.1. FBR. Is the Fort Benning Reservation to include the following outlying training and recreational areas Camp Darby, Camp Merrill, Camp Rudder, Port Support Activity Jacksonville, Uchee Creek Recreational Area and Destin Recreational Area. FBR includes the following counties: Lumpkin, Marion, Chattahoochee and Muscogee Counties in Georgia; Russell County in Alabama; Duyal, Okaloosa and Walton County in Florida. All cities and towns included within the boundaries of the foregoing counties and all highways connecting Fort Benning with it's outlying training and recreational areas. C.2.2 Dead Area. A "dead" area is an area in which the pager either cannot receive messages, receives garbled messages, or pager displays an out of range indicator. C.2.3 PAGING SERVICE AREAS. Paging service as listed in C.2.3.1 through C.2.3.3 below shall be available on pagers as listed on the Bid Schedule Section B. C.2.3.1 Local Service Area. Shall as a minimum include the entire state of Georgia with no "dead" areas in or when traveling between the following cities, towns, counties, localities in Georgia, Alabama and Florida. Savannah, Hinesville, St. Simons Island, Jekyll Island, St. Marys, Jacksonville, Atlanta, Dahlonega, Eufaula, Dothan, Ozark, Enterprise, Destin, Fort Walton Beach, Niceville, Mary Esther and all counties, cities and towns included in FBR as defined in Para C.2.1 C.2.3.2 Nationwide Service. Ability to receive digital paging signal on a digital display pager with a toll free "800" pager telephone number within the local service area, as defined in Para C.2.1, and outside local service area in large metropolitan and rural areas to include Barstow, Death Valley and Fort Irwin California, within the boundaries of the continental United States. C.2.4 PAGING SERVICE. Paging service as listed in C.2.4.1 through C.2.4.2 below shall be available on pagers as listed on the Bid Schedule Section B. C.2.4.1 Digital Paging Signal. Access to a frequency provided by either a non-wire or satellite company, which transmits a digital signal on a licensed frequency tariffed by the FCC and shall be the signal received in the Local Service Area, and the Nationwide Service Area as defined in Para C.2.3 through C.2.3.2. C.2.4.2 Alphanumeric Service. Ability to receive digital paging signal on a pager capable of displaying alpha and numeric characters within the local service area as defined in Para C.2.3.1, and outside local service area in large metropolitan areas within the boundaries of the continental United States. The ability to send alphanumeric messages shall available via the Internet by accessing a web page that prompts the user to enter the pager number, type in the text message and send the message. The ability to send alphanumeric messages shall also be available through computer software and a modem or portable text messaging equipment by dialing a local or toll free telephone number to access the paging system, to enter the pager number and send the message. C.2.5 FEATURES. Features as listed C.2.5.1 through C.2.5.7 below shall be available as an option on all pagers listed on the Bid Schedule Section B. C.2.5.1 Voice Mail Feature. Ability to receive both page and voice messages using the same pager and pager number. Caller should receive a voice prompt to, at the tone enter the number to be called or leave their message. When caller opts to leave a message, pager should receive a page to call his or her own pager number. By dialing the pager number and entering an access code, user would be able to retrieve the voice message left by the caller. Voice mail messages shall be retained for a minimum of 1 day, message length shall be a minimum of 20 seconds, greeting shall be a minimum of 20 seconds and notification of voice mail page shall be sent a minimum of 2 times. C.2.5.2 Voice Mail Retrieval. The ability for Nationwide "800" pager users to retrieve voice mail messages from any pay telephone. C.2.5.3 Voice Prompt Feature. A verbal message that prompts the caller to enter their phone number. C.2.5.4 Custom Greeting Feature. Ability for the pager user to set up a personal greeting in their own voice for callers to hear when the pager number is called. C.2.5.5 Operator Dispatching. Ability for the caller to dictate an alpha message to an operator. The operator then types the message and sends the message through the paging system. The message is sent via the paging system and displayed on the alphanumeric pager. C.2.5.6 Group Call Feature. Ability to call all of the pager users in a group by dialing one number. Group size should be unlimited. C.2.5.7 Page Recall. The ability for the user of the pager resend any pages that may have been missed while the pager was out of range, or turned off. C.2.6 SERVICE REQUESTS. The Government shall request the Contractor for service as listed C.2.6.1 through C.2.6.2. C.2.6.1 Normal service requests are requests for services placed during normal operating hours as referenced in Para C.1.3. Contractor shall initiate service action within four (4) hours of oral notification by the Contracting Officer or his authorized representative. C.2.6.2 Emergency service requests are requests for services, which shall be satisfied within one (1) hour if pagers are reported stolen and require deactivation. The Contracting Officer, or his authorized representative, shall transmit authorization for emergency service by oral notification to the Contractor, and the Contractor shall initiate service action within the one (1) hour response time. Contractor shall provide Contracting Officer with name(s) and phone number(s) of Contractor personnel authorized to receive Emergency Service requests, prior to contract performance C.2.7 Legal Public Holidays: New Years Day, January 1st Martin Luther King's Birthday, 3d Monday in January Presidents Day, 3d Monday in February Memorial Day, Last Monday in May Independence Day, July 4th Labor Day, 1st Monday in September Columbus Day, 2d Monday in October Veteran's Day, November 11th Thanksgiving Day, 4th Thursday in November Christmas Day, 25 December Holidays falling on Saturday will be observed the preceding Friday, those falling on Sunday will be observed the following Monday. C.2.8 Quality Assurance. Those actions taken by the Government to ensure that the goods or services provided by the Contractor are acceptable pursuant to the contract. C.2.9 Quality Assurance Evaluator (QAE). Government personnel responsible for monitoring Contractor performance. C.2.10 Quality Control. Those actions taken by the Contractor to control the production of goods or services so that they will meet the requirements of the performance work statement. C.2.11 Trouble Report. A report containing statistical information concerning downtimes that had an impact on system availability. C.2.12 Activation. Programming of the pager to receive the signals transmitted by the Contractor's transmitters on the Contractor's, FCC licensed frequency. C.2.13 Activation Fee. The fee charged to activate the pager, which shall cover the cost of the pager, ordered, and shall not exceed the replacement cost of the pager. C.2.14 Disconnect /Reconnect. Turning off or turning on, as requested, the service to any pager, from Contractor's site, so that the pager either can or cannot place or receive paging signal. C.2.15 Fair Wear and Tear. Fair wear and tear is pager failure caused by reasons not attributed to the fault or negligence of the responsible individual, fires, wrecks, floods, or acts of God. GOVERNMENT FURNISHED PROPERTY C.3 Government Furnished Property (GFP) and Services. N/A CONTRACTOR FURNISHED ITEMS C.4.1 Contractor Furnished Items. The Contractor shall provide all pagers, personnel, material, supplies, equipment, and services as required and necessary for the performance of services in accordance with all terms and conditions of this contract. C.4.1.1 All pagers delivered under this contract shall be new or in like new condition and delivered to Martin Army Community Hospital, IMD Office. C.4.1.2 All pagers delivered under this contract shall have both tone and silent vibrating alert. C.4.1.3 All pager belt clips shall have the capability to be removed and replaced without special tools or skills. C.4.1.4 Pager memory shall hold a minimum of 5 messages. C.4.1.5 Pager shall lock at least 3 individual messages in memory so they will not be overwritten by new messages. C.4.1.6 Pager shall operate successfully inside of buildings and vehicles. C.4.1.7 Pager shall operate successfully inside of Martin Army Community Hospital from the 9th floor to the basement. C.4.1.8 Pager shall have Electronic Voice Mail Capability. C.4.1.9 Pager shall have Group Call capability. C.4.1.10 Pager shall display time of day and message time stamping. C.4.1.11 Pager shall have the capability to display an out of range indicator. C.4.1.12 Alphanumeric Pagers shall meet all requirements contained in Para C.4.1.1 through C.4.1.11 and shall have the ability to display a minimum of a 240 character alphanumeric message. Shall have a message storage capacity of a minimum of 10 messages or 1000 characters. C.4.1.13 Nationwide Pagers. All nationwide digital and alphanumeric pagers shall have a toll free "800" pager telephone number. C.4.2 Submittals The Contractor shall provide the documents as listed in Para C.4.2.1 through C.4.2.4 with their sealed bid. C.4.2.1 Contractor shall furnish maps showing coverage for the geographical coverage areas in Para C.2.3 through Para C.2.3.3. Contractor shall also furnish, prior to award, list of tower sites(s) and antenna height(s) for transmitter(s) used for local service coverage as defined in Para C.2.3.1 C.4.2.2 Contractor shall provide at least 3 names and telephone numbers of other users of their paging services. Contractor should make special note if any of the 3 are other Government users. C.4.2.3 Contractor shall provide a certificate of ability to meet the geographical requirements specified in Para C.2.3.1. C.4.2.4 The Contractor shall provide proof of a minimum of three (3) years experience in providing similar paging service and shall provide a copy of current licensing agreement tariffed by the FCC. SPECIFIC TASKS C.5.1 Paging Service. The Contractor shall provide access to a frequency provided by either a non-wire or satellite company, licensed by the FCC, which transmits a digital signal on a licensed frequency tariffed by the FCC. Paging service shall be available within the service areas as defined in Para C.2.3; shall provide the types of service as defined in Para C.2.4; shall be capable of the features as defined in Para C.2.5 and pager as defined in Para C.4.1 through C.4.1.12. The Contractor shall provide service within the time frames as defined in Para C.2.6. C.5.2 Rates C.5.2.1 All rates are to be a flat charge per pager per month with an unlimited number of pages. All rates are to include the cost of leasing the pager and paging service. The following services are to be included in the basic monthly rate: a. voice prompt as defined in Para C.2.5.3 b. discontinue/turnoff as defined in Para C.2.14 c. replacement and/or repair of belt clips d. replacement and/or repair of battery covers e. frequency alignment, whenever necessary f. "800" voice mail retrievals from pay telephones g. nationwide digital and alphanumeric pagers shall have a toll free "800" pager telephone number. C.5.2.2 The contractor, at no cost to the Government, shall replace all pagers requiring replacement due to "normal fair wear and tear" as defined in Para C2.15. Replacement of lost or damaged pagers due to negligence on behalf of the Government, shall be the responsibility of the Government. C.5.2.3 The Government will not reimburse the Contractor for any type of fee paid to retrieve lost or stolen leased pagers. C.5.3 Emergency equipment. C.5.3.1 Contractor shall have backup equipment such as battery, gasoline or diesel operated generator at transmitter site(s) to provide uninterrupted service in case of electrical failure. C.5.3.2 An alternate paging system shall be provided in case of a complete system failure. East Central Georgia is subject to major lightening storms, which often cause electrical power outages. C.5.3.3 Contractor shall provide a 24 hour, 7 day a week emergency telephone number to provide immediate emergency service or assistance. C.5.3.4 All service technicians shall be FCC qualified for transmitter repair and qualified by the manufacturer of the Contractor's pagers and transmitting system. C.5.4 Not later than 10 calendar days after issuance of the 1st order, the Contractor shall provide a listing by the using Activity/Unit, pager number, capcode, serial number, features, and type of service for all pagers at the time of delivery, and an updated listing quarterly thereafter. This listing shall be provided digitally in one of the following formats; Tab delimited text, Microsoft Excel Spread Sheet or Microsoft Access Data Base. C.5.5 PHASE-IN/PHASE-OUT OF CONTRACTOR EQUIPMENT AND SERVICES C5.5.1 General. The Contractor shall be required to assume total responsibility for all operations required by this contract as of 12:01 AM on the first day of the contract period, and end at midnight on the last day of the contract period unless extended by exercise of option. Therefore, on the initial day of performance, the Contractor shall provide all management, labor, supplies, services and equipment necessary for performance of work required under this contract. Value added information: Contract will be evaluated on added/best value to the Government in addition to price. Added/Best Value can be, but not limited to: - local business support - short term support - support outside 50 mile radius - evaluate customers required and make recommendation, after initial installation. - philosophy of partnering with client to achieve their goals End of Statement of Work Please send Capability Statements that will specifiy the tasks that is requested in the PWS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eaee90deb3a17f287147911739a853f4)
 
Place of Performance
Address: 6650 Meloy Drive, Suite 250, Fort Benning, Georgia, 31905-1319, United States
Zip Code: 31905-1319
 
Record
SN05032320-W 20180812/180810231221-eaee90deb3a17f287147911739a853f4 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.