Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 10,1998 PSA#2177

Materials Management Dept., U.S. Naval Hospital, P.O. Box 1069, Ceiba, PR 00735-1069

D -- AUTOMATIC PAGERS AND PAGING SERVICES SOL N65428-98-B-0002 DUE 100298 POC HMC M. A. Karalius, USN (787) 865-5974; Alba Caballero, (787) 865-5963, Contracting Officers E-MAIL: HMC M. A. KARALIUS, USN CONTRACTING OFFICER, rrh1mak@rrh10.med.navy.mil. 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 N65428-98-B-0002 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 Naval Hospital in Ceiba, Puerto Rico, requires 120 automatic pagers and paging service, on a Firm Fixed Price contract for a base year plus two option years. The base year shall begin December 1, 1998. Radius of coverage includes Puerto Rico and the Virgin Islands. Page Time Latency (time between sending and receiving pages) Pages shall be completed within 60 seconds of placing the page, 24 hours per day, 365 days a year. Paging System Accessibility -- Paging system must be accessible by a contractor supplied Central Station, which has the capability to send pages via Plain Old Telephone Service (POTS) and also using cellular phone technology. Contractor's software must allow for Group Call Programming. Contractor's paging system must also be accessible via Internet. 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. Training -- Contractor is required to train Naval Hospital staff concerning operations of system. New Technology -- When new and enhanced pager technologies become available, the Contractor will research, test and evaluate possibilities of use for Naval Hospital and make recommendation. The Contractor shall also provide training if the Naval Hospital decides to use the new technology. The Contractor shall provide the necessary equipment, transmitting services, materials, software, hardware, documentation, administration, to manage, process and report on the requirements of this contract. Transition Plan -- The Successful Offeror shall develop a transition plan and conversion schedule from the current pager service to the new pager system. 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, repair parts, and any maintenance required to keep units in good working order shall be provided by the Contractor. Pager Type/Characteristics -- 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, 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) Message delete and erase all; 10) Backlit display; 11) Alpha-numeric pager -- four line, 80 character display; capable to receive up to 30,000 total characters; 12) toll-free number paging service; 13) Alpha-numeric Dispatch Service; 14) Protective holster with hinged belt clip or neck cords; and 15) Weight with battery: Not greater than three (3) ounces. Dimensions: Not larger than three (3) inches by three (3) inches (pocket size) 16) Saves messages when turned off and when changing the battery. 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 the Chief of the Day (COD). Customer Service shall have the authority to activate, deactivate and replace pagers once the proper identification has been given by the designated COD point of contact. Defective, lost, or broken pagers shall be replaced by the Contractor within 24 hours of receipt of notification by the COD 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. Loss protection shall be provided at no additional charge 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, naval Hospital shall receive credit for the difference between the reward (if any) and the price for replacing a lost or damaged pager. Government employees shall not be eligible to receive a reward for the return of a lost pager. Monthly Report: A monthly report shall be submitted in hardcopy and electronic (e.g., Word 97 or Excel 97) listing individual 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 Naval Hospital. Identify services provided and information and dates of service test. The following information shall be included on the Naval Hospital account: 1) Alphabetically listing the name of Person/Department/Title of each pager, pager number, and pager description (features and functions) for each account total; 2) Summary of all pagers issued to Naval Hospital; 3) Provide information on routine testing of radius and frequency checks; 4) Report any problems encountered during the reporting period, and actions taken to correct the problem. Also state if the problem was satisfactorily resolved.; 5) Report any present or potential problems to services and tell how problems will or have been resolved; identifyfuture 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 Naval Hospital pager users at any time of the day or night, it shall be reported to the COD Office within 2 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 Naval Hospital 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 the following FAR provisions/clauses apply; 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-2, Evaluation -- Commercial Items; 52.212-3, Offeror Representations and Certifications -- Commercial Items; 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. Offers are due October 2, 1998, 2:00 P.M. E.S.T. Upon award, the Successful Offeror shall have until 30 November 1998 to complete the transition. All business will be conducted English and all offers are required to be in English. Please submit offers to the Naval Hospital Roosevelt Roads Attn: Alba Caballero, Box 1069 Ceiba, PR 00735 CITE: (N65428-98-B-0002) Posted 09/08/98 (W-SN246685). (0251)

Loren Data Corp. http://www.ld.com (SYN# 0014 19980910\D-0006.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page