Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 6, 2001 PSA #2930
SOLICITATIONS

D -- PAGER SERVICE FOR THE ST. LOUIS FIELD OFFICE

Notice Date
September 4, 2001
Contracting Office
Department of Justice, Federal Bureau of Investigation, Telecommunications Contracts and Audit Unit/PPMS, 14800 Conference Center Drive, Suite 202, Chantilly, VA, 20151
ZIP Code
20151
Solicitation Number
RFQ-690372
Response Due
September 18, 2001
Point of Contact
Rhonda Williams, Contracting Officer, Phone 703-814-4910, Fax 703-814-4787, Email tcau.finance@fbi.gov -- Paul Rankin, Contracting Officer, Phone 703-814-4914, Fax 703-814-4787, Email tcau.finance@fbi.gov
Description
This is a combined synopsis/solicitation for commercial items and is being issued in accordance with the 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-690372 is issued as a Request for Quotation, under simplified acquisition procedures, test program, unrestricted. The North American Industry Classification System (NAICS) code is 513322 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 97-27. 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 St. Louis, Missouri. 110 Alphanumeric Digital Pagers. Price should include details related to monthly service fee, any additional zone and/or regional fees, charges for a personal 800 number with PIN and charges for personal 800 number without PIN. 15 Alphanumeric Paging Terminals. The proposal shall include the following information to be considered: A detailed map showing an overlay of the service area covered, to include at a minimum, statewide coverage, to include the St. Louis Division and it surrounding counties such as Adair, Iron, Montgomery, Sainte Genevieve, Audrain, Jefferson, New Madrid, St. Louis, Bollinger, Knox, Pemiscot, Butler, Lewis, Perry, Schuyler, Cape Girardeau, Lincoln, Phelps, Scotland, Carter, Linn, Pike, Scott, Chariton, Macon, Ralls, Shannon, Clark, Madison, Randolph, Shelby, Crawford, Maries, Reynolds, Stoddard, Dent, Marion, Ripley, Warren, Dunklin, Mississippi, St. Charles, Washington, Franklin, Monroe, St. Francois, Wayne, and Gasconade. A DETAILED NARRATIVE THAT CLEARLY DELINEATES THE COVERAGE AREA BEING OFFERED FOR EACH SERVICE INCLUDED (LOCAL, STATE, REGIONAL) IN THE QUOTE SHALL ACCOMPANY ALL MAPS. THIS DESCRIPTIVE NARRATIVE SHALL IDENTIFY THE NORTH, SOUTH, EAST, AND WEST BOUNDARIES OF THE COVERAGE BEING QUOTED IN TERMS OF CITIES, HIGHWAYS, AND/OR STATE BOUNDARIES. ANY QUOTE ACCEPTED BY THE FBI THAT RESULTS IN A CONTRACTUAL ACCEPTANCE BY THE BIDDER SHALL ENSURE DELIVERY OF THE DESCRIBED COVERAGE. Indicate any other coverage by county and/or district, with a description of the service plans and associated fees for both local and extended areas for each service proposed. The proposal for the above requirement shall be for the total coverage in order to ensure single billing to the Federal Bureau of Investigation. This may require the contractor to form alliances with a paging provider(s) to meet this requirement. BIDDERS WHO ARE UNABLE TO SHOW/OFFER COMPLETE COVERAGE EITHER AS A SOLE PROVIDER OR THROUGH A PARTNERING ARRANGEMENT SHALL BE CONSIDERED NON-RESPONSIVE TO THIS REQUIREMENT. Identify by name and service center address, if applicable, teaming partner(s) used to ensure complete paging coverage of all above stated areas. Detailed pricing for the base year and four option years for all services and equipment described below. All bidders are requested to offer plans which provide unlimited alphanumeric messages. Complete description of the pager being provided, including warranty, replacement provisions, training, after-hour customer support, voice mail and/or toll free access number. The number of pagers may increase or decrease without any penalty and no additional cost for activation or deactivation of pagers. Description of all ancillary services provided with pricing, such as group paging that allows one phone number dialed to reach multiple pagers and battery replacement. All pricing should reflect priority paging. Calculation and charge for overcalls shall be based on the sum of all allotted calls per pager, i.e., if each pager is allotted 100 pages and there are 10 pagers, no charge for overcalls will be assessed until the account exceeds 1000 pages. All proposals shall contain past performance references for the last three (3) contracts of a similar nature. Bids received without past performance references shall be considered non-responsive. Bidders shall ensure all reference points of contact, i.e., organization, name, and phone number, are accurate. All respondents are encouraged to provide a variety of plans that would reflect the best value to the government. The number of pagers as stated above is for proposal purposes only; the actual number of pagers 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 pagers 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 pager basis. All equipment provided will be included in the monthly rental fees. Proposals will be evaluated based on the factors as listed below for a base year contract, plus one-year option, with a planned award date of 10/01/01. 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 with award and the place of delivery shall be FBI St. Louis Field Division, 2222 Market Street, St. Louis, Missouri 63105. 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 (Oct 2000). 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. 52.212-3 Offeror Representations and Certifications -- Commercial Items (Apr 2001). Proposals shall be accompanied by completed representations and certifications. 52.212-4 Contract Terms and Conditions -- Commercial Items (Mar 2001). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2001). 52.217-9 Option to Extend the Terms of the Contract (Mar 2000). 52.232-19 Availability of Funds for the Next Fiscal Year. (Apr 1984). Funds are not presently available for performance under this contract beyond 9/30/2002. The Governments obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 9/30/2002, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. 52.232-33 Mandatory Information for Electronic Funds Transfer Payment (May 1999). 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. 52.242-13 Bankruptcy (Jul 1995). 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/. Two (2) copies of a signed and dated proposal must be submitted to the Federal Bureau of Investigation, Suite 202, 14800 Conference Center Drive, Chantilly, Virginia 20151, no later than 4:00 PM Eastern Standard Time (EST) 09/18/01. 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 Ms. Rhonda P. Williams at (703) 814-4910 or Mr. Paul D. Rankin at (703) 814-4914 between the hours of 7:30 AM and 4:00 PM EST, Monday through Friday.=20 The proposal number RFQ-690372 must be listed on the outside of the submission. BIDDER PACKAGES SHALL INCLUDE ALL INFORMATION REQUESTED WITHIN THIS SOLICITATION TO BE CONSIDERED.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DOJ/FBI/PPMS/RFQ-690372/listing.html)
Record
Loren Data Corp. 20010906/DSOL005.HTM (D-247 SN50W7D2)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on September 4, 2001 by Loren Data Corp. -- info@ld.com