Loren Data Corp.

'

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

D -- CELLULAR PHONE SERVICE

Notice Date
September 4, 2001
Contracting Office
Marine Corps Air Station, Station Supply 3KG, Box 99133, Yuma, AZ 85369-9133
ZIP Code
85369-9133
Solicitation Number
M62974-01-Q-3002
Response Due
September 20, 2001
Point of Contact
Sharon Hutchins, Purchasing Agent 928-269-6098, Barbara McAleese, Contracting Officer, 928-269-2790
E-Mail Address
hutchinssj@yuma.usmc.mil (hutchinssj@yuma.usmc.mil)
Description
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. Quotes are being requested and a written solicitation will not be issued. Solicitation number M62974-01-Q-3002 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. This acquisition will be issued as unrestricted. The North American Industry Classification System (NAICS) is 33421, and the Standard Industrial Classification (SIC) is 4812. The Government intends to award a one year plus one (1) option year firm fixed price contract, with service to begin 01 Oct 2001. Item 0001: Provide cellular phone service for approximately 56 NEC 920 and Motorola Startac cellular phones for MCAS Yuma AZ. Two cellular phones require voice mail capability, and 12 phones require nationwide coverage. Bulk airtime plan is required with a minimum of 30,800 anytime minutes per month. Primary and companion plans are acceptable. Quote is to include any fees for activations, additional airtime rates for airtime in excess of basic calling plan allowance, long distance and roaming costs, and additional costs/fees that could be incurred. Minimum home cellular phone coverage should extend to the states of Arizona and California. Home roaming and local coverage should extend to no less than 80% of the areas outlined in Attachments #1 and #2(see below). The areas outlined on the attachments are unit operating or transiting areas. Areas marked with asterisks are primary operating camps or bases where units are expected to conduct operations. No less than 95% of the asterisk areas should receive local or roaming incoming and outgoing cell phone coverage. Description of asterisk areas are as follows: Syphon-8, Niland, CA (N33 16 18.83 W115 27 33); Black-Mountain, Picacho State Park (N33 03 24.00 W 114 50 20); Holtville Airfield, Holtville, California (N32 50 45 W115 16 05); Site-50, Exit 21, I-8 (N32 37 09 W 114 12 38); Station J, Roll, California (N32 52 00 W 113 58 00); LZ Star, Glamis, California. Operating sites in Attachment 2 located east of the Copper Mountains are inside the Luke Air Force Base range. Coverage to these areas should service no less than 80% of the operating sites located inside the outlined area extending from Mile Marker 21 east to Highway 85, and south to Ajo, Arizona. Coverage should include no less than 80% of the operating highways along Interstate 8 (I-8), Interstate 10 (I-10), Interstate 5 (I-5), Interstate 15 (I-15), Highway 95, Highway 85, Highway 78, Highway S34, and Highway 85, along the routes outlined in attachments #1 and #2. Clear reception at all locations is critical. A monthly summary invoice with detailed billing by individual cell phones number will be required. FOB point is Marine Corps Air Station, Yuma, Arizona. This is a request for quotations. Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal effect of quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to, the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word "offer" or a derivative of that word appears, it is changed to "quote" or a derivative of that word. Where the word "proposal" or a derivative of that word appears, it is changed to "quote" or a derivative of that word. This commercial acquisition incorporates the following clauses and provisions: FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, with the following identified clauses incorporated: 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, and 52.232-36, Payment by Third Party; FAR 52.217-3, Evaluation Exclusive of Options; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Terms of the Contract; FAR 52.232-18, Availability of Funds; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with 225-7036 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program incorporated. Evaluation will be based on the best value to the government considering technical capability, past performance, and price. Vendors wishing to respond to this solicitation should provide this office with the following: a price quote on company letterhead for the requested items showing pricing, prompt payment terms, correct remittance address, Cage Code, DUNS number, Tax Identification Number, previous contract number with point of contact name and phone number for past performance verification, and name and phone number of vendor's point of contact; a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and FAR 52.222-22, Previous Contracts and Compliance Reports. All clauses and provisions may be reviewed and obtained at Internet address http://www.arnet.gov/far. Quotes must be submitted to ATTN: Sharon Hutchins, Purchasing Agent, and are due no later than 20 Sep 2001, 3:00 P.M. (MST). Written quotes may be submitted to Commanding Officer 3KG, Station Supply, Box 99133, Yuma AZ 85369-9133, or hand delivered to S-4/Supply, Bldg 328, Second Floor, Marine Corps Air Station, Yuma AZ. Quotes may be submitted by facsimile transmission. Facsimile quotes are subject to the same rules as paper quotes. The telephone number of receiving facsimile equipment is 928-269-2287. The government reserves the right to make award solely on the facsimile quote. The complete original quote shall be submitted if requested by the contracting officer. Quoters bear the burden of ensuring that quotes (and any authorized modifications) reach the designated office on time and should allow a reasonable time for facsimile transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. Pages of a facsimile transmission that arrive in the office after the specified deadline will not be considered. The quoter bears the risk of non-receipt of facsimile transmissions and should confirm by telephone that any facsimile was received. Any facsimile transmission must clearly state the solicitation number and the name of the contracting officer on the first page to ensure proper receipt.
Web Link
Click here to view Attachments to this notice (http://www.sd.fisc.navy.mil/yuma/attach1.pdf)
Record
Loren Data Corp. 20010906/DSOL006.HTM (W-247 SN50W7I2)

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