MODIFICATION
D -- 50 IPRS Ports with ATM access service for Internet
- Notice Date
- 6/27/2003
- Notice Type
- Modification
- Contracting Office
- Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799
- ZIP Code
- 20814-4799
- Solicitation Number
- Reference-Number-UIS3C013
- Response Due
- 7/2/2003
- Archive Date
- 7/17/2003
- Point of Contact
- Debra Ann Rosa, Contract Specialist, Phone 301-295-3962, Fax 301-295-1716, - Beverly Roberts, Contracting Officer, Phone 301-295-3868, Fax 301-295-1716,
- E-Mail Address
-
drosa@usuhs.mil, broberts@usuhs.mil
- Description
- The original points of contact are Debra Ann Rosa, Contract Specialist and Beverly Roberts, Contracting Officer. In addition, add the following: 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; proposals are being requested and a written solicitation will not be issued. This requirement has been determined to be a sole source procurement, based on the authority at FAR 6.302-1 (10 U.S.C. 2304(c)(1) or 41 U.S.C. 253(c)(1) Only One Responsible Source, which exempts this procurement from full and open competition. CONTRACT LINE ITEM (CLIN) ? CLIN 0001 ? 50 IPRS Ports with ATM/Access Service for Internet. The DELIVERABLES: To provide a secure, dedicated access for USUSH? end-users to dial into the LAN using a fast-packet circuit (ATM OC3) as a WAN. PACKING and SHIPPING: N/A. WARRANTY: A standard commercial warranty shall be provided for the software. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. FAR CLAUSES AND PROVISIONS: The provision of FAR 52-212-1, Instruction to Offerors - Commercial Items applies to this acquisition. All offerors are required to submit a completed copy of Addenda to FAR Clause 52.212-1 1) Item (b) Submission of Offers is amended to include the following: Submit your proposal, with acknowledgment of amendments (if any), software licensing agreements (if any), descriptive literature and specifications for the proposed equipment, and the FAR 52.212-3 ? Offeror Representations and Certifications ? Commercial Items, prior to an award. Telegraphic or facsimile offers are not acceptable. Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in their offer firm for 90 calendar days from the date specified for receipt of offers. EVALUATION FACTORS - The following evaluation criteria are included in paragraph (a) of that provision. The contractor must be able to meet the following technical criteria which will be evaluated to determine successful offeror: The acceptable contractor (1) must be able to provide a secure, dedicated access for USUHS end-users to dial into the LAN using a fast-packet circuit (ATM OC3) as a WAN; (2) must be able to provide a private connection between corporate customers while securing customer databases from unwanted intrusion; (3) must provide 24/7 maintenance and support for the network management; (4) must be able to assign 50 access ports in the Washington, D.C. metropolitan area that allows users access to one of the secured ports and travel through the network using existing ATM AC3; (5) must supply connectivity to network access server; (6) must provide additional IPRS ports for any additional users; (7) must be able to provide remote users the ability to connect to corporate headquarters using a dialup access (analog or ISDN) with Washington, D.C. area users using a dedicated local/long distance toll-free number assigned to USUHS. Addendum to FAR clause 52.212-2. Evaluation Factors for award: Any resulting order will be issued to the company offering the best value to the Government. Factors that will be considered are technical capability and price. Technical capabilities are significantly more important than price. Failure to provide the information relative to each evaluation factor may render offer non-responsive. 1) TECHNICAL CAPABILITY: Evaluation of technical capability and ability to meet the evaluation factors will be based on product literature, technical features and/or warranty provisions. Each offeror is required to submit licensing, descriptive literature, or other documentation, to show how the offered product or service meets or exceeds the requirements as specified in the specifications. 2) PRICE: Price shall be based on ports and circuits, local and FCC tariff rates for services, warranty and any discount terms. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government?s evaluation team to make an adequate technical assessment of the quote as to meeting technical acceptability. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); 52.216-18 Ordering; 52.216-19 52.217-5, Evaluation of Options (JUL 1990); 52.217-6, Option for Increased Quantity; 52.217-8, Option to Extend the Services (Nov 1999); 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.225-3, Buy American Act Supplies (JAN 1994); 52.225-13 Restrictions on certain Foreign Purchases (FEB 2000); 52.225-21, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program (JAN 1997); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999); 52.232-36, Payment by Third Party; 52.239-1, Privacy or Security Safeguards (AUG 1996). Offer DUE date: July 2, 2003, 4:00 p.m. EDT, however, performance shall begin July 1, 2003 through June 30, 2004. ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. As of 31 May 1999 all Contractors must be registered in the Central Contractor Registration (CCR) Database as a condition for contract award. Contractors may register in the CCR through the World Wide Web at http://www.ccr.gov, or call the DOD Electronic Information Center at 1-800-334-3414.
- Place of Performance
- Address: USUHS, 4301 Jones Bridge Rd., Bethesda MD
- Zip Code: 20814-4799
- Country: United States
- Zip Code: 20814-4799
- Record
- SN00359290-W 20030629/030627213934 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |