12 January 2001 ------------------------------------------------------------------------- [Printed Issue Date: January 12, 2001] From the Commerce Business Daily Online via GPO Access [cbdnet.access.gpo.gov] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: FBI/TCAU, 14800 Conference Center Drive, Suite 300, Chantilly, VA 20151 SUBJECT: D--INMARSAT SATILLITE SERVICES SOL RFQ850814 DUE 012601 POC Rhonda P. Williams (703)814-4910 DESC: 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-850814 is issued as a Request for Quotation, under simplified acquisition procedures, test program, unrestricted. The North American Industry Classification System (NAICS) code is 513340 and the small business size standard is $11.0 million. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. All responsible sources may submit a proposal, which, if timely received, shall be considered by the Government. The contractor shall provide a single U.S. Government account for the provision of Inmarsat satellite services for the Crisis Response Unit (CRU), Rapid Deployment Team of all CRU Inmarsat terminals (approximately 70). Deployment of CRU assets to assist an FBI on-scene commander/coordinator provides an immediate conduit to the technical resources of the Laboratory Division, assist intelligence gathering capabilities for strategic and tactical elements, and provides the communications infrastructure necessary in support of command, control and communications for a crisis event. CRU's objective is to establish an annual contract and four one-year options that will enable CRU to budget a set amount per month for each particular terminal. Vendor is requested to establish Inmarsat services using the following types of terminal equipment: B Terminals - High speed data (64K) encryption with KIV-7, voice/data encryption with STU-III, standard telephones. This service provides remote access to FBI Networks, secure telephone and fax, secure and non-secure video teleconferencing capability, and secure file transfer. Mini M Terminals - Voice/data encryption with STU-III, standard telephone. This service provides remote secure and non-secure transmission worldwide and limited file transfer capabilities. M4 Terminals - High speed data (64K) encryption with KIV-7, voice/data encryption with STU-III, standard ISDN. This service provides remote secure video teleconferencing with near full motion video, as well as secure and non-secure voice capability worldwide. 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 satellite terminals as stated above is for proposal purposes only; the actual number of terminals for the initial base year contract may vary plus or minus the above stated amount, depending on changing requirements. Any resulting contract shall include the option to increase or decrease the number of satellite terminals 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 satellite terminal 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 01/26/01. 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 Academy, Quantico, Virginia 22135-0001. 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 (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. 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 (Oct 2000). Proposals shall be accompanied by completed representations and certifications. A copy of these representations and certifications may be obtained from the Acquisition Reform Network web page at www.arnet.gov. 52.212-4 Contract Terms and Conditions - Commercial Items (May 1999). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2000). 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 9/30/2001. The Government's 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 9/30/2001, 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. All FAR provisions and clauses may be reviewed and/or obtained from the General Services Administration's Acquisition Reform Network 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) 01/26/01. 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 Mr. Paul D. Rankin at (703) 814-4914 or Ms. Rhonda Williams at (703) 814-4910 between the hours of 7:30 AM and 4:00 PM EST, Monday through Friday. The proposal number RFQ-850814 must be listed on the outside of the submission. BIDDER PACKAGES SHALL INCLUDE ALL INFORMATION REQUESTED WITHIN THIS SOLICITATION TO BE CONSIDERED. CITE: (W-010 SN50A640) -------------------------------------------------------------------- Source: http://www.access.gpo.gov/su_docs/aces/fr-cont.html ------------------------------------------------------------------------- [Federal Register: January 12, 2001 (Volume 66, Number 9)] [Notices] [Page 2939-2940] From the Federal Register Online via GPO Access [wais.access.gpo.gov] [DOCID:fr12ja01-128] ----------------------------------------------------------------------- DEPARTMENT OF JUSTICE Federal Bureau of Investigation, Justice. Meeting of the Compact Council for the National Crime Prevention and Privacy Compact AGENCY: Federal Bureau of Investigation, Justice. ACTION: Meeting notice. ----------------------------------------------------------------------- SUMMARY: The purpose of this notice is to announce a meeting of the Compact Council created by the National Crime Prevention and Privacy Compact Act of 1998 (Compact). Thus far, the federal government and eight states are parties to the Compact which governs the exchange of criminal history records for licensing, employment, and similar purposes. The Compact also provides a legal framework for the establishment of a cooperative Federal-state system to exchange such records. The meeting will be a strategic planning session to devise short and long term goals and to define the mission statement of the Compact Council. The meeting will be open to the public on a first-come, first- seated basis. Any member of the public wishing to file a written statement with the Compact Council or wishing to address this session of the Compact Council should notify Ms. Cathy L. Morrison at (304) 625-2736, at least 24 hours prior to the start of the session. The notification should contain the requestor's name and corporate designation, consumer affiliation, or government designation, along with a short statement describing the topic to be addressed, and the time needed for the presentation. Requestors will ordinarily be allowed not more than 15 minutes to present a topic. DATES AND TIMES: The Compact Council will meet in open session from 9 a.m. until 5 p.m. on February 13, 2001. ADDRESSES: The meeting will take place at the Sheraton Uptown Albuquerque, 2600 Louisiana Boulevard, N.E., [[Page 2940]] Albuquerque, New Mexico, telephone (505) 881-0000. FOR FURTHER INFORMATION CONTACT: Inquiries may be addressed to Ms. Cathy L. Morrison, Management Analyst, Programs Development Section, CJIS Division, FBI, 1000 Custer Hollow Road, Clarksburg, West Virginia 26306-0147, telephone (304) 625-2736, facsimile (304) 625-5388. Dated: January 4, 2001. Thomas E. Bush, III, Section Chief, Programs Development Section, Federal Bureau of Investigation. [FR Doc. 01-1071 Filed 1-11-01; 8:45 am] BILLING CODE 4410-02-M -----------------------------------------------------------------------