Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 2,1998 PSA#2129

314th Contracting Squadron, 840 Leadership Drive, Little Rock AFB, AR 72099-4954

D -- WIRELESS TELEPHONE SERVICE SOL F03602-98-R0007 DUE 073198 POC Contact SrA Richard Woodward, (501)987-3841, or Brenda Tate, Contracting Officer, (501)987-8457 WEB: Click here to view RFP on the 314th Contracting Squadron, http:/www.littlerock.af.mil/public/logistics/cons/Conspage.htm. E-MAIL: Click here to contact the contracting office via E-mail, woodwarr@littlerock.af.mil. 17. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number is F03602-98-R0007. This is a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04. This is an unrestricted acquisition with a standard industrial classification code of 4812, the business size standard is 1,500 employees. The Government intends to award a one year plus 4 option years Firm Fixed Price Contract for the delivery and service of CLIN 0001 -- Wireless Telephone Service. Little Rock AFB has a requirement for 200 cellular phones and 150 pagers. The purpose of this contract is to standardize cellular phone and pager instruments as well as consolidate billing practices which include 20,000 minutes per month for all Little Rock AFB cellular phones. Phones shall have access to a large block pool of minutes. Only after all minutes in the block are exhausted should the base begin being billed at per minute rates. Per minute rates over and above the block will be clearly stated. Roaming and long distance charges can be billed separately. Changes will normally be accomplished on a monthly basis. Requests will be grouped together for new starts as well as terminations and will be provided to the vendor on a monthly basis. New starts shall be activated within 5 work days of delivery to vendor. Deactivation of numbers should take place within 3 work days after notice. Cellular phones broken through normal wear and tear shall be replaced with new phones at no cost to the government. Phones broken through misuse will be replaced and billed as a new service start. The vendor will provide a detailed area coverage diagram that clearly shows normal coverage areas as well as areas that are considered roaming and long distance dialing areas. Procedures for obtaining, on an as needed basis, for contingencies and special events, state and nation wide coverage, with the associated costing should be included in the proposal. The vendor will provide the government new equipment or services for all existing equipment or services in the event of significant technology changes at no charge to the government. Significant technology changes include, but are not limited to, significant changes in the size of telephones, significant changes in the scope of coverage, changes in frequency/power of equipment, and significant changes in proposal and may include a group of models. In other words, the government may select models and service packages for specific groups or individuals based on needs. Should these models become obsolete, the vendor will provide the government a choice of replacement models with equal or better features at the same rates. The government reserves the right to accept or reject all changes to service or equipment. Little Rock AFB has invested heavily in the infrastructure to support Motorola products. If vendors propose other than Motorola products, then the support items (batteries, chargers, accessories) will be included in the proposed package. Phones will include, at a minimum, two batteries, a cigarette lighter adapter, and a charger. The vendor will include a proposed discount to standard commercial prices for additional batteries, vehicle mount antennas, chargers, and other available accessories at the time of bid. Accessories not provided with the original purchase package may be purchased by the government as required at the discount to the current commercial price quoted at the time of bid. The vendor must provide the government one consolidated monthly bill. The bill will be detailed to include an individual customer account number for each account as specified by the government and each account number will be broken down into each phone's account by numberas specified by the government. Each account number will represent an individual government customer. This account number will reflect customers of the 314th Communication Squadron and accounts will be set up by the government. A list of the account names will be provided to the vendor. The account numbering system will be developed by the vendor and subject to government approval. Each account number may contain any number of phone instruments and each instrument will be separately billed and detailed. The government will provide the account number each phone will be billed against with each activation. The government reserves the right to change the account names and quantities of phones within each account as required. The vendor will provide one point of contact to the government for resolution of billing problems. Another point of contact may be provided for customer service support. Billing may not include any taxes and any tax charges on the bill will be deducted from payment. Service must be analog capable to interface with existing equipment/service. Prospective vendors will submit all available options (i.e. conference capability, call forwarding, call waiting, voice mail, etc.) to the government for possible inclusion into the service packages. The government will choose in writing the options to be included in the service package. Service is expected to start at the beginning of October. There are several provisions and clauses that apply to this acquisition. The first provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, is applicable to this acquisition. There is an adendum to paragraph (h) in this provision. We will not be making multiple awards, just a single award. Provision 52.212-2, Evaluation-Commercial Items, is hereby incorporated with the following evaluation factors to be included in paragraph (a) in order of importance are: past performance, price, technical upgrades, and ease of operation. Offerors must submit any descriptive literature on equipment offered. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications. The next clause is 52.212-4, Contract Terms and Conditions-Commercial Items. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, shall also be incorporated into the contract. All responsible sources may submit an offer, which, if received in a timely manner, will be considered by this agency. All proposals are due in to this office by close of business, 1630, -- -- -- -- -- -- -- 314 CONS/LGCV 642 Thomas Avenue LRAFB, AR 72099 Posted 06/30/98 (0181)

Loren Data Corp. http://www.ld.com (SYN# 0022 19980702\D-0002.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page