|
COMMERCE BUSINESS DAILY ISSUE OF JULY 2,1998 PSA#2129314th 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
|
|