Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2005 FBO #1291
SOLICITATION NOTICE

D -- Satellite Internet Connectivity in Cameroon

Notice Date
6/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
000HCK-2005-19993-C
 
Response Due
6/14/2005
 
Archive Date
6/14/2005
 
Description
Centers for Disease Control and Prevention (CDC) intends to issue a purchase order for satellite internet connectivity in Mutengene, Cameroon. The order will be for the satellite internet connectivity for Cameroon CDC Collaboration Office and other remote field sites while providing the needed bandwidth into a single logical network at a US based Teleport. The Vendors must use the standard for VSAT installation, use I-direct platform, and quote the connection using one each of the following equipment: QTY TOTAL PRICE NetModenII Plus 1ea. 5 Watt C-Band BUC 1ea 2.4 M C-Band Dish with NPR 1ea Mount and cables System activation 1ea Software Maintenance 1ea equipment shipping 1ea Labor and installation. 1ea The vendor must also include 12 months monthly service fees, for 12 months,for IP bandwidth for 2Mbp uplink and X 256Kbps down. Please provide an itemized list of costs for each piece of equipment and services must be listed above. PERIOD OF PERFORMANCE: The period of performance is one year from date of award. BASIS FOR AWARD: The Government will make award to the responsive, responsible firm, whose quotation is most advantageous to the government, price and other factors considered. This is a best-value procurement. The Government may or may not award to the lowest price quotation. Technical merit is considered to be of greater importance than price. The Government will utilize the evaluation criteria identified below, listed in descending order of importance, during the evaluation of responses received to this Request for Quotation. (1) Past Performance/Experience. The Government will evaluate past performance focusing on the depth of expertise and experience that the Offeror has working with internet connectivity in African and other foreign countries. (2) Technical Approach. As a part of the technical approach, the hardware items listed in the document cannot be modified. The vendor must use the I-Direct platform and quote the connection using the equipment listed in the document. There must be no equipment deviations to ensure all site hardware consistency. (3) Cost/Price. The Government will evaluate the total expected cost of performing this work. The provision at FAR 52.212-1 Instructions to offerors- Commercial Items, applies to this acquisition. Offerors are to include a completed copy of FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items with their response. The following FAR clauses also apply: 52.212-4 Contract Terms and Conditions Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment of Electronic Funds Transfer Central Contractor Registration The aforementioned provision and clauses can be accessed electronically at http://www.arnet.gov/far and http://www.gsa.gov/far. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database. SUBMISSION REQUIREMENTS FOR THIS REQUEST FOR QUOTATION: Each offeror shall submit (1) one original Quotation, which shall include each of the following written Technical portions required to be provided in response to the RFQ: (1) Technical Approach Each offeror shall provide a description of their technical approach, detailed and complete enough to clearly and fully demonstrate an understanding of the Statement of Work requirements. Quotations which merely offer to conduct a program in accordance with the requirements of the Governments Statement of Work will not be eligible for award. Phrases such as ?Standard procedures will be employed? and ?well known techniques will be used? are not considered an adequate description. Although it is recognized that all of the technical factors cannot be detailed in advance, the techniques and procedures you plan to follow in conjunction with the task areas to be performed must be described in as much detail as the offeror considers necessary to fully explain their proposed technical approach or method. The vendor must use the I-Direct platform and quote the connection using the equipment listed. (2) Past Performance. The offeror shall identify up to two contracts, which it has recently performed (within the last 3 years), or is currently performing, that are similar in nature to this contract. The offeror shall provide the following information with respect to each of these contracts: *Name, address and phone number of all applicable contract points of contact, *Brief description of contract work, scope, and responsibilities. (3) Pricing Information: The offeror shall provide, in writing, a detailed price quotation. (5) Completed FAR 52.212-3. All questions concerning this RFQ must be submitted in writing and faxed to (770) 488-2688 or e-mailed to efi8@cdc.gov. No telephonic response to this solicitation will be accepted. Due date for receipt of responses to this RFQ will be 4:00 PM/EST, 06-14-05, to the Centers for Disease Control and Prevention, Procurements and Grants, (IAAB) at 2920 Brandywine Road, MS-K75, Atlanta, GA 30341-5539. Electronic responses are preferred at efi8@cdc.gov. Point of contact: Ronnie Francis, Contract Specialist, Phone (770) 488-2638 and Fax (770) 488-2688. Alternate Point of Contact Sherry Smallwood, Contracting Officer, Phone (770) 488-2632, or Email at svs9@cdc.gov
 
Place of Performance
Address: Mutengene, Cameroon
Country: Africa
 
Record
SN00823943-W 20050609/050607211725 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.