|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1,1997 PSA#1982Centers for Disease Control and Prevention (CDC), Procurement & Grants
Office, Contracts & Purchases Branch, 255 E. Paces Ferry Road, NE,
Room 419, Atlanta, GA 30305 D -- AUTOMATIC PAGERS AND PAGING SERVICES SOL 98I051(N) DUE 121797 POC
Rebecca Strawbridge, Contract Specialist, (404) 842-6827 This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. This synopsis/solicitation
number 98I051(N) is issued as a Request for Proposal. This solicitation
document incorporates provisions and clauses in effect through Federal
Acquisition Circular 90-46. This procurement is unrestricted. The
standard industrial classification code (SIC) for this acquisition is
4812. The small business size standard is no more than 1500 employees.
The small business size standard for a concern which submits an offer
in its own name, other than on a construction or a service contract,
but which proposes to furnish a product which it did not itself
manufacture, is 500 employees. DESCRIPTION OF SERVICES TO BE ACQUIRED:
The Centers for Disease Control and Prevention (CDC) in Atlanta,
Georgia, requires automatic pagers and paging service, on an
indefinite-delivery, indefinite- quantity (IDIQ) basis for a period of
one year beginning March 1, 1998. The contract will include option
periods through February 28, 2003. It is anticipated that 600 to 1000
pagers will be required. Paging services shall be adequate to signal an
individual pager within a 50-mile radius of CDC Headquarters building
located at 1600 Clifton Road, N.E., Atlanta, GA 30333. Pages shall be
completed within 60 seconds of the caller placing the page, every day
of the year, 24 hours a day. Paging devices shall be delivered to the
authorized Pager Coordinator in CDC's Center, Institute or Office (CIO)
within 24 hours of the request; request may be verbal or in writing.
There are approximately 19 to 22 CIOs at different locations throughout
the Atlanta area. CIOs and locations may change during the performance
of the contract. Support services shall be provided for the
maintenance of all pagers; communication systems; troubleshooting and
problem resolution; identification and testing of new pager technology;
monitoring and analysis of radius patterns and usage; maintenance, and
coordination with public carriers and other vendors. Contractor is
required to train and meet with CDC internal and external staff. The
Contractor shall be able to identify and manage all pager rentals. When
new and enhanced pager technologies become available, the Contractor
will research, test and evaluate possibilities of use for CDC and make
recommendation. The Contractor shall also provide training if CDC
decides to use the new technology. The Contractor shall provide the
necessary equipment, additional telephone numbers, transmitting
services with a live attendant, voice mail notification, facilities,
materials, software, hardware, documentation, administration, and
personnel to manage, process and report on the requirements of this
contract. The Contractor shall develop a transition plan and conversion
schedule from the current pager service to the new pager Contractor. A
variety of properly operating pagers, operating manuals, and necessary
services shall be furnished by the Contractor at no additional cost to
the government. Necessary service such as interconnection with the
local telephone company, repair parts, replacement batteries, and any
maintenance required to keep units in good working order shall be
provided by the Contractor. If possible, CDC's present pager numbers
shall remain the same. Defective, lost, or broken pagers shall be
replaced by the Contractor within 24 hours of receipt of notification
by the CIO Pager Coordinator. Paging devices which are not operating
properly, through no fault of the government user, shall be replaced by
the Contractor at no additional cost to the government. The Contractor
may advertise on the paging device a nominal reward for returning lost
pagers. If the pager is returned in proper working condition, CDC shall
receive credit for the difference between the reward (if any) and the
price for replacing a lost or damaged pager. CDC employees shall not be
eligible to receive a reward for the return of a lost pager. The
Contractor shall provide the following types of pagers and functions
listed, but not limited to: 1) Numeric Pagers with display/vibrating
alert; 2) Alpha Numeric Pagers: The same as 1) above except a user can
receive, access and manage messages, information and data on a display
screen. In addition, the pager must have capacity to operate with a
PC-based programming package; 3) Display/Voice Recording (Voice
Express): In addition to 1) and 2) above, the caller can leave a voice
message in CDC's voice mail system, in response to a voice-recorded
prompt. The paging device is then notified of a waiting voice message.
The pager user can then call an established telephone number in CDC's
voice mail system to retrieve the voice recording. 4) Worldwide,
Nationwide, Regional, and Statewide Pager frequency: The same as 1) and
2) above, except a message is sent via a satellite to the messaging
unit worldwide/nationwide/regional/statewide as needed; 5) Pagers must
be adaptable to hearing-impaired devices. Offerors shall state in
writing how this requirement will be met. Each pager shall have, but is
not limited to, the following features: 1) On/off switch; 2) Duplicate
message detection; 3) Page received alert shall be musical, beep,
phone ring or other; 4) Silent vibration; 5) Digital pager, 12-digit
numeric display; 6) Stores/saves up to 16 messages; 7) Locks important
messages; 8) Message time-stamping; 9) Voice messaging; 10) Message
delete and erase all; 11) Backlit display; 12) Alpha-numeric pager --
two line, 80 character display; scrolls down to handle up to 1,990 text
or numeric characters per message -- up to 30,000 total characters; 13)
toll-free number paging service; 14) Alpha-numeric Dispatch Service;
15) National Dispatching Center for Alpha-numeric Dispatch Service,
Call Forwarding and Answering Service; 16) Protective holster with
hinged belt clip or neck cords; and 17) Weight with battery: Not
greater than three (3) ounces. Dimensions: Not larger than three (3)
inches by three (3) inches (pocket size). The following pager features
are desired: 1) Saves messages when turned off and when changing the
battery; and 2) Two-way paging. Task Orders/Delivery Orders: The
contractor shall perform work as described in individual task
orders/delivery orders issued by CDC/ATSDR. CDC/ATSDR estimates 19 to
22 individual task orders will be issued under this contract. Invoices
shall be delivered to specified CIO points of contact with copies to
individual task order CIO points of contact or transmitted
electronically to CDC. Key Personnel Requirements: 1) The contractor
shall provide a Technical Representative who is available from 8:00
a.m. to 5:00 p.m. Eastern Standard Time (E.S.T.), Monday through
Friday, except Federal holidays. This Technical Representative shall
have overall responsibility for the project and shall have the
authority and resources to handle routine paging services, emergency
paging services, and administrative services and problems. The
Technical Representative, or his/her alternate, shall be on call after
hours, weekends, and Federal holidays via telephone and/or pager; 2)
Administrative services shall be provided by the Contractor. The
Contractor shall provide administrative support services from 8:00 a.m.
to 5:00 p.m. E.S.T., Monday through Friday, except Federal holidays, to
assist the Project Officer and Pager Coordinators with detailed
administrative functions, including ordering, billing, invoicing and
assisting with the processing of special requests. This administrative
service shall be done via direct telephone call and facsimile; 3)
Customer Service shall be available 8:00 a.m. to 5:00 p.m. (E.S.T.),
Monday through Friday, except Federal holidays, to respond to Project
Officer, Pager Coordinators and individual pager users. Customer
Service shall have the authority to activate, deactivate and replace
pagers once the proper identification has been given by the designated
CDC CIO point of contact. Monthly Report: A monthly report shall be
submitted in hardcopy and electronic (e.g. Wordperfect 6.1 or Excel 5)
listing individual CIO's task order accounts, pager charges, and
totals. On a cover page or summary page, the Contract Number and
Purchase Order Number shall appear with a grand total of charges to
CDC. Identify services provided and information and dates of service
test. The following information shall be included on each CIO's
account: 1) CIO's accounts shall be listed individually by task order;
2) Alphabetically listing the name of person/user of each pager, pager
number, and pager description (features and functions) for each CIO; 3)
CIO's task order account total; 4) Summary of all pagers issued to CDC
(by type); 5) Provide information on routine testing of radius and
frequency checks; 6) Report any problems encountered during the
reporting period, and actions taken to correct the problem. Also state
if the problem was satisfactorily resolved.; 7) Report any present or
potential problems to services and tell how problems will or have been
resolved; identify future problems with recommended solutions. The
monthly report, if delivered in hard copy, shall be submitted with one
original and three copies. The Contractor may add to, but may not
exclude, any of the above information in the monthly report. Problem
Reporting: If services are interrupted to CDC pager users at any time
of the day or night, it shall be reported to the Contracting Officer or
Project Officer within four hours of the interruption. The Contractor
shall state the nature of the problem, anticipated duration of the
interruption and the proposed resolution. Evaluation Criteria: Award
shall be made to the eligible, responsible offeror whose offer conforms
to the solicitation and is determined most advantageous to the
government, price and other factors considered. Each evaluation factor
will be evaluated separately (technical conformance, past performance,
price) as follows: 1) Technical conformance will be evaluated on a
pass/fail basis as to the conformance with the minimum specification
identified in the synopsis. The proposal must include descriptions of
pagers, product literature, specifications to convert present service
to a new contract, ability to transmit, etc. The government reserves
the right to require validation of proposed services and to obtain
information for use in the validation from any sources, including
sources outside the government. 2) Past performance will be used as an
evaluation factor in determining the most advantageous offer to the
government. Offers will be assigned a risk assessment based on
information that CDC obtains from the offeror's past performance
information. Risk assessment will be a subjective rating (high,
moderate, or low) that will be used as a separate evaluation factor.
Offerors shall provide a list of the last ten contracts in process and
completed during the past three years, which are similar in size and
complexity to this requirement. Contracts listed may include those
entered into by the federal government, agencies of state and local
government, and commercial contracts. The following information is
required for each contract referenced: a) name and address of
customer/client or government agency; b) contract number; c) contract
type; d) total contract value; e) description of requirement; f)
Contracting Officer's name, address and telephone number; g) Project
Officer's name, address, and telephone number; and h) relevance to this
requirement. 3) Price will be evaluated based on any discount, and
separate fixed fee, and fee for use/service access structures offered
to the government. Technical conformance and past performance, when
combined, will be approximately equal to price. Offeror's initial offer
should contain the offeror's best offer. The Government reserves the
right to conduct discussions if later determined by the Contracting
Officer to be necessary. Offerors are advised that FAR provisions
52.212-4, Contract Terms and Conditions -- Commercial Items, 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Items, 52.203-6 Restrictions on
Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g
and 10 U.S.C. 2402), 52.203-10, Price or Fee Adjustment for Illegal or
Improper Activity (41 U.S.C. 423), 52.219-8 Utilization of Small
Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C.
637(d)(4)), 52.222-3 Convict Labor (E.O. 11755), 52.222-26, Equal
Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special
Disabled and Vietnam Era Veterans (38 U.S.C. 4212) and 52.222-36,
Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52-222-37
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era (38 U.S.C. 4212), 52.225-3 Buy American Act -- Supplies (41
U.S.C. 10), 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C.
759), 52.239-1 Privacy or Security Safeguards (U.S.C. 552a) apply to
this acquisition. Offers are due December 17, 1997, 2:00 P.M. E.S.T.
Please submit offers to the Centers for Disease Control and
Prevention/PGO, Attn: Rebecca Strawbridge, 255 East Paces Ferry Rd.,
NE, MS E01, Atlanta, GA 30305. (0330) Loren Data Corp. http://www.ld.com (SYN# 0029 19971201\D-0008.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|