COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4, 2001 PSA #2928
SOLICITATIONS
D -- CELLULAR AIR TIME
- Notice Date
- August 30, 2001
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253
- ZIP Code
- 78236-5253
- Solicitation Number
- Reference-Number-F9ABCG11340200
- Response Due
- September 14, 2001
- Point of Contact
- Mary Lou Walther, Contract Specialist, Phone (210)671-1760, Fax (210)671-1199, Email marylou.walther@lackland.af.mil -- Victoria Nemmers, Contracting Officer, Phone (210) 671-1746, Fax (210) 671-1199, Email victoria.nemmers@lackland.af.mil
- Description
- 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. Reference number F9ABCG11340200 is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 97-15 The NAICS Code is 51332. The contractor shall provide the following: Cellular Air time for twelve months from 01 Oct 01 -- 30 Sep 02. 1st year option 01 Oct 02- 30 Sep 03. 2nd year option 01 Oct 03- 30 Sep 04th .The Government will reserve the right to renew subject contract on a yearly basis for a total of a 3- year period (Basic plus 2 option years). There are currently 422 cellphones that require 44,000 pooled minutes per month. Please prepare quote as follows: 01 Oct 01-30 Sep 02 QTY UNIT OF ISSUE UNIT PRICE TOTAL AMOUNT 12 months $_________ $___________ 01 Oct 02-30 Sep 03 QTY UNIT OF ISSUE UNIT PRICE TOTAL AMOUNT 12 months $________ $____________ 01 Oct 03-30 Sep 04 QTY UNIT OF ISSUE UNIT PRICE TOTAL AMOUNT 12 months $________ $_____________ STATEMENT OF WORK COVERAGE: Local Statewide Nationwide SERVICE:=20 Flat Rate Minute Charge (Peak & Off-Peak) Pooled Minutes Tri-Mode (Multiple-Bands Digital/Analog Capability) MANDATORY FEATURES: Caller ID (Free) Voice Mail (Free) Hands Free/Voice Activated dialing (Free) OPTIONAL FEATURES: Internet Capability E-Mail=20 Paging Vibrate Mode CONDITIONS: 1. The Land Mobile Radio (LMR) managers are the sole points-of-contact (POC) for resolving technical problems with equipment and technical service. 2. The Telephone Control Officer (TCO) will be the POC for billing questions. 3. The Contractor will appoint an account representative(s) to directly handle all issues or items=20 relating to the service of the account. This will include technical, billing, and other questions or=20 Problems that may come up. 4. Outages will be handled in the manner stated below. 5. Transition will be handled in the manner stated below 6. The Contractor will be responsible for disposing of all hazardous materials from batteries used by the cellphone(s) on this contract in accordance with all federal, state, and local laws. This service will be provided free to Lackland during the period of the contract and of no additional cost or expenditures to the United States government. 7. The contractor will maintain a dropped-call rate of 2% below for each billing cycle. 8. The Government will reserve the right to renew subject contract on a yearly basis for a total of a 3- year period. (Base plus two option years) 9. All new cellular telephones purchased during the FY 2002,2003,2004 will automatically be included in the contract . Approximately 60 cellphones may be added during a year. OUTAGES: EMERGENCY: 1. Contractor will provide 20 ea. Inactive cellphones that can be activated by Land Mobile Radio (LMR) managers as spares for Lackland command personnel. The contractor must activate the cellphone(s) within 2 hours of receiving an emergency service call from the LMR manager. There will be no additional charge for this service. 2. Contractor will ensure that stock level of emergency cellphones does no fall below 50 percent of the inactive cellphone level at anytime. Cellphone(s) must be of equal model type or higher in quality. Contractor has 48 hours to restock levels above 50 percent and less than 24 hours to refill levels below 50 percent. ROUTINE: 1. The contractor has 24-48 hours to respond to a routine cellphone outage. 2. The Contractor will provide a spare or loaner cellphone(s) of like or better quality model for replacement(s) use during the time a cellphone is being repaired. The contractor may elect to do a one-for-one exchange in lieu of a maintenance repair action. The LMR manager reserves the right to refuse such transactions if workmanship or quality of equipment appears sub-standard. TRANSITION: 1. The Contractor will perform an initial upgrade/replacement of ALL cellphones at Lackland AFB; this will include accessories i.e. carry case, spare battery (1 each per cellphone), stand-alone battery charger, car-lighter- adapter, hands-free devices, etc. per individual cellphone. 3. The Contractor will provide an on site representative for the first 30 days of this contract to assist the Land Mobile Radio (LMR) manager with transition of cellphone service. The representative will be required to assist the LMR managers with programming of cellphone(s) and in performing the administrative functions related to documentation, accountability, and inventory of the assets to include the updating of the Air Force Tracking Reporting System (TRS) in accordance with Air Force Instruction (AFI) 33-106. The representative must be cleared through with a National Agency check prior to using a government computer system and prior to assisting the LMR managers. Offerors shall include with their offers, a completed copy of 52.212-3 Offeror Representations and Certifications-Commercial Items. FAR Clause 52.212-1 Instrucions to Offerors- Commercial Items, FAR clauses 52.212-4 Contract Terms and conditions Commercial Items, 52.212-5 Contract Terms and Conditions Required or Implement Statutes or Executive Orders-Commercial Items, 52.232.33, Payment by Electronic Funds Transfer-Central Contractor Registration, and DFARS252.204.7004 Required Central Contractor Registration. The full text of these clauses may be accessed electronically at this address: http://FARSITE.HILL.AF.MIL. Responses to this RFQ must be received via fax or mail by 14 SEPTEMBER 2001 no later than 4:00 pm Central Standard Time at the 37 Contracting Squadron, 1655 Selfridge Ave Bldg 5450, Lackland AFB, Tx. They should be marked with the reference number and addressed to Mary Lou Walther. Vendors not registered in the Central Contractor Registration (CCR) database, prior to award will be ineligible for award. Vendors may register for CCR at www.CCR2000.com. For questions concerning this solicitation contact Mary Lou Walther at 210-671-1760. FAX number is 210-671-1199. E-Mail MaryLou.Walther@Lackland.af.mil STATEMENT OF WORK COVERAGE: Local Statewide Nationwide SERVICE:=20 Flat Rate Minute Charge (Peak & Off-Peak) Pooled Minutes Tri-Mode (Multiple-Bands Digital/Analog Capability) MANDATORY FEATURES: Caller ID (Free) Voice Mail (Free) Hands Free/Voice Activated dialing (Free) OPTIONAL FEATURES: Internet Capability E-Mail=20 Paging Vibrate Mode CONDITIONS: 1. The Land Mobile Radio (LMR) managers are the sole points-of-contact (POC) for resolving technical problems with equipment and technical service. 2. The Telephone Control Officer (TCO) will be the POC for billing questions. 3. The Contractor will appoint an account representative(s) to directly handle all issues or items=20 relating to the service of the account. This will include technical, billing, and other questions or=20 Problems that may come up. 4. Outages will be handled in the manner stated below. 5. Transition will be handled in the manner stated below 6. The Contractor will be responsible for disposing of all hazardous materials from batteries used by the cellphone(s) on this contract in accordance with all federal, state, and local laws. This service will be provided free to Lackland during the period of the contract and of no additional cost or expenditures to the United States government. 7. The contractor will maintain a dropped-call rate of 2% below for each billing cycle. 8. The Government will reserve the right to renew subject contract on a yearly basis for a 3- year period. OUTAGES: EMERGENCY: 1. Contractor will provide 20 ea. Inactive cellphones,that can be activated by Land Mobile Radio (LMR) managers as spares for Lackland command personnel. The contractor must activate the cellphone(s) within 2 hours of receiving an emergency service call from the LMR manager. There will be no additional charge for this service. 2. Contractor will ensure that stock level of emergency cellphones does no fall below 50 percent of the inactive cellphone level at anytime. Cellphone(s) must be of equal model type or higher in quality. Contractor has 48 hours to restock levels above 50 percent and less than 24 hours to refill levels below 50 percent. ROUTINE: 1. The contractor has 24-48 hours to respond to a routine cellphone outage. 2. The Contractor will provide a spare or ?loaner? cellphone(s) of like or better quality model for replacement(s) use during the time a cellphone is being repaired. The contractor may elect to do a one-for-one exchange in ?lieu of a maintenance repair action. The LMR manager reserves the right to refuse such transactions if workmanship or quality of equipment appears sub-standard. TRANSITION: 1. The Contractor will perform an initial upgrade/replacement of ALL cellphones at Lackland AFB; this will include accessories i.e. carry case, spare battery (1 each per cellphone), stand-alone battery charger, car-lighter- adapter, hands-free devices, etc. per individual cellphone. 2. The Contractor will provide an on sire representative for the first 30 days of this contract to assist the Land Mobile Radio (LMR) manager with transition of cellphone service. The representative will be required to assist the LMR managers with programming of cellphone(s) and in performing the administrative functions related to documentation, accountability, and inventory of the assets to include the updating of the Air Force Tracking Reporting System (TRS) in accordance with Air Force Instruction (AFI) 33-106. The representative must be cleared through with a National Agency check prior to using a government computer system and prior to assisting the LMR managers. Offerors shall include with their offers, a completed copy of 52.212-3 Offeror Representations and Certifications-Commercial Items. FAR clauses 52.212-4 Contract Terms and conditions Commercial Items, 52.212-5 Contract Terms and Conditions Required or Implement Statutes or Executive Orders-Commercial Items, 52.232.33, Payment by Electronic Funds Transfer-Central Contractor Registration, and DFARS 52.204.7004 Required Central Contractor Registration. The full text of these clauses may be accessed electronically at this address: http://FARSITE.HILL.AF.MIL. Responses to this RFQ must be received via fax or mail by 09 March 2001 no later than 4:00 pm Central Standard Time at the 37 Contracting Squadron, 1655 Selfridge Ave Bldg 5450, Lackland AFB, Tx. They should be marked with the reference number and addressed to Mary Lou Walther. Vendors not registered in the Central Contractor Registration (CCR).database, prior to award will be ineligible for award. Vendors may register for CCR at www.CCR2000.com. For questions concerning this solicitation contact Mary Lou Walther at 210-671-1760,Fax Number: 210-671-171199 E-Mail MaryLou.Walther@Lackland.af.mil
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AETC/LackAFBCS/Reference-Number-F9ABCG1 1340200/listing.html)
- Record
- Loren Data Corp. 20010904/DSOL003.HTM (D-242 SN50W4Q5)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on August 30, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|