|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 21,1999 PSA#2436FBI/TCAU, 14800 Conference Center Drive, Suite 300, Chantilly, VA
20151 D -- CELLULAR PHONE SERVICE FOR CHARLOTTE, NORTH CAROLINA SOL
RFQ-911547 DUE 110199 POC Tracie L. Davidson at (703) 814-4722 or Paul
D. Rankin at (703) 814-4914 This is a combined synopsis/solicitation
for commercial items in accordance with the format in Federal
Acquisition Regulation (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. The solicitation number
RFQ-911547 is issued as a Request for Quotation, under simplified
acquisition procedures, test program, unrestricted. The SIC code is
4812 and the small business size standard is 1,500 employees. The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-12. All responsible
sources may submit a proposal, which, if timely received, shall be
considered by the Government. The contractor shall provide rental of
the following equipment, to include service, for the FBI's Field Office
in Charlotte, North Carolina. The proposal shall include the following
information to be considered: Detailed pricing for the base year and
all option years for all services and equipment described below. 100 to
175 cellular phones with analog and/or combined analog/digital
capabilities (dual band) equiped at a minimum with carrying case and
automobile plug-in charger; -- complete description of all cellular
phones being proposed, including capabilities, warranties, and
replacement policy. All hardware costs should take into consideration
the service commitment for a base year, four one year options, and
prevailing competitive market conditions when establishing the price of
the phones; -- complete listing of accessories for each phone, to
include a spare battery, a cigarette lighter (12v) adapter, belt clip,
desktop chargers, hands free car kits, etc.; -- description of all
analog and digital features and charges if any, such as, but not
limited to, call forwarding, call waiting, voice mail, pager service,
digital messaging service, etc.; -- all bidders are requested to offer
plans which provide the widest possible toll free calling. The bids
under this solicitation shall offer, at a minimum, statewide coverage
to include Charlotte (NPA 704), Fayetteville (NPA 910), Greensboro (NPA
336), Greenville (NPA 252), Hickory (NPA 828), Raleigh (NPA 919),
Asheville (NPA 828), Elizabeth City (NPA 252), Jacksonville (NPA 910),
and Wilmington (NPA 910). All bids shall clearly describe all toll
free calling plans, exclusive of roaming charges, that, at a minimum,
shall include statewide, and any other offered toll free plans on a
regional and/or continental basis. Each calling plan shall include
charges for basic service and charges for prime and non-prime usage
over and above the basic plan free time usage, access fees if any,
local and/or state tax fees, universal service charges, and termination
charges as applicable; -- the North Carolina Division is located in
Charlotte (NPA 704), and all bids must be able to issue cellular phones
with the NPA 704. The other locations, as described above, are field
offices. Any phone issued in these locations may have different NPAs,
as long as they provide statewide toll free calling and exclude any
roaming charges. -- all base plan usage shall be pooled (aggregate
billing). Any bid must show, as an example, if each phone's base plan
includes 100 minutes of free usage and there are 10 phones, no
additional usage charges shall apply until the total account exceeds
1,000 minutes used. BIDDERS WHO DO NOT SHOW/OFFER POOLING SHALL BE
CONSIDERED NON-RESPONSIVE; -- all bidders shall submit a map of the
total service area, indicating NPA coverage. Any proposal submitted
should clearly stipulate how these areas are covered and provide the
most cost effective means of coverage, including extended calling
areas, and teaming arrangements with other local cellular providers, if
necessary. Indicate all coverage by county and/or district, with a
description of the service plans and associated fees for the local
calling area and any extended calling area, and; -- past performance
references for the last three contracts of a similar nature. All
respondents are encouraged to provide a variety of calling plans that
would reflect the best value to the government. The number of cellular
phones as stated above is for proposal purposes only; the actual
number of cellular phones for the initial base year contract may vary
plus or minus the above stated amount, depending on changing
requirements, but not more than 10%. Any resulting contract shall
include the option to increase or decrease the number of cellular
phones over the term of the contract by 50% of the above stated amount.
Price evaluations are based on individual amounts and options as
proposed on a per cellular phone basis. Proposals will be evaluated
based on the factors as listed below for a base year contract, plus
four one-year options, to be awarded no later than 12/1/99. Exercise of
the awarded contract is contingent upon availability of funds and/or a
full appropriation for each new fiscal year. Service to become
effective 12/15/99 and the place of delivery shall be the FBI Field
Office at 400 South Tryon Street, Suite 900, Charlotte, North Carolina,
28285-0001. The FBI reserves the right to make multiple awards as a
result of this solicitation. The following FAR clauses apply to this
acquisition: 52.212-1 Instructions to Offerors -- Commercial Items (Aug
1998). 52.212-2 Evaluation -- Commercial Items (Jan 1999). The
Government will award a contract resulting from this combined
synopsis/solicitation to the responsible Offeror whose proposal
conforming to this synopsis/solicitation will be most advantageous to
the Government, price and other factors considered. The following
factors shall be used to evaluate proposals, price, technical
capability and past performance. Technical and past performance, when
combined, are more important than price. Vendors are required to submit
past performance information, including points of contact, on the last
three contracts for similar equipment and service. 52.212-3 Offeror
Representations and Certifications -- Commercial Items (Feb 1999).
Proposals shall be accompanied by completed representations and
certifications. A copy of these representations and certifications must
be submitted with proposal. 52.212-4 Contract Terms and Conditions --
Commercial Items (Apr 1998). 52.212-5 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items
(Mar 1999). 52.217-9 Option to Extend the Terms of the Contract (Mar
1989). 52.232-33 Mandatory Information for Electronic Funds Transfer
Payment (Aug 1996). Year 2000 Compliant -- 1. This clause applies to
all systems (hardware, software, and systems comprised of information
technology products) used in performance of this contract. 2. Examples
of (but not limited to) non-computer information systems: a. Access
devices b. Analog voice systems c. Cameras d. Medical equipment e.
Elevators f. Security systems g. Fire control systems h. Generators i.
HVAC systems j. Communications systems 3. The contractor shall provide
and maintain systems and equipment which are year 2000 compliant.
Complete records of all year 2000 compliant inspections performed by
the contractor shall be maintained and made available to the Government
during contract performance. 4. If any of the systems used do not
conform with year 2000 requirements, the Government will require the
contractor to perform any and all services necessary to ensure systems
and equipment conform with year 2000 requirements, at no increase in
contract amount. 5. The rights of the Government and remedies described
in this clause are in addition to all other rights and remedies set
forth in this solicitation. Specifically, the Government reserves its
rights under the Inspection of Services and Termination clauses.
Certification. I hereby certify that all systems and equipment utilized
in performance of this contract will be year 2000 compliant.
_______________________________________ Name of Organization.
_______________________________________ Name and Signature of
Authorized Negotiator. __________________ Date. Year 2000 Warranty --
The Contractor represents that the following warranty applies to all
products licensed under this combined synopsis/solicitation. The
Contractor warrants that all products provided under this combined
synopsis/solicitation shall be able to accurately process date/time
data (including, but not limited to, calculating, comparing, and
sequencing) from, into, and between the twentieth and the twenty-first
centuries, and the years 1999 and 2000 and leap year calculations. The
duration of this warranty and the remedies available to the Government
for breach of this warranty shall be as defined in, and subject to,
the terms and limitations of the standard commercial warranty or
warranties contained in this contract or the applicable End User
License Agreement, provided that notwithstanding any provision to the
contrary in such commercial warranty or warranties, the remedies
available to the Government under this warranty shall include an
obligation by the Contractor to repair or replace any such product
whose non-compliance is discovered and made known to the contractor in
writing at any time prior to June 1, 2000 or for a period of six
months following acceptance, whichever is the later date. Nothing in
this warranty shall be construed to limit any rights or remedies that
the Government may otherwise have under this combined
synopsis/solicitation. This warranty shall not apply to products that
do not require the processing of date/time data in order to function as
specified in this combined synopsis/solicitation. In addition to the
listed FAR provisions and clauses, all Offerors must provide a
contractor identification code which is currently the Dun and
Bradstreet Data Universal Numbering System (DUNS) number. The selected
Offeror shall also submit an electronic payment form SF-3881 ACH
Vendor/Miscellaneous Payment Enrollment in accordance with the Debt
Collection Act of 1996. A copy of this form may be obtained from the
U.S. Treasury web site address http://www.ustreas.gov/forms.html. All
FAR provisions and clauses may be reviewed and/or obtained from the
General Services Administration's Federal Acquisition Regulation web
site at Internet address http://www.arnet.gov/far/ except for the Year
2000 Compliant clause. A copy may be obtained by sending a FAX'ed
request to Mr. Paul D. Rankin or Ms. Tracie L. Davidson at (703)
814-4787 between the hours of 7:30 AM and 4:00 PM EST, Monday through
Friday. Two (2) copies of a signed and dated proposal must be submitted
to the FBI, Suite 300, 14800 Conference Center Drive, Chantilly,
Virginia 20151, no later than 4:00 PM Eastern Standard Time (EST)
11/1/99. All proposals must be submitted in hard copy. NO Faxed
proposals will be accepted. The contact for information regarding this
solicitation may be obtained by contacting Mr. Paul D. Rankin at (703)
814-4914 or Ms. Tracie L. Davidson at (703) 814-4722 between the hours
of 7:30 AM and 4:00 PM EST, Monday through Friday. The proposal number
RFQ-911547 must be listed on the outside of the submission. Posted
09/17/99 (W-SN381485). (0260) Loren Data Corp. http://www.ld.com (SYN# 0017 19990921\D-0001.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|