Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1,1997 PSA#1982

Centers 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