Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2009 FBO #2729
SOLICITATION NOTICE

N -- This is a combined synopsis/solicitation for a blanket purchase agreement (BPA) for Installation of dedicated D3/T3 line with MIS.

Notice Date
5/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Tennessee, USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-09-T-0034
 
Response Due
5/27/2009
 
Archive Date
7/26/2009
 
Point of Contact
thover333, 6153132658<br />
 
E-Mail Address
USPFO for Tennessee
(terri.hover@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a blanket purchase agreement (BPA) for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being solicited and a written solicitation will not be issued. Request for Quote number W912L7-09-T-0034. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31. The Tennessee Army National Guard has the following requirements. This requirement is being advertised unrestricted; the North American Industry Classification System (NAICS) Code is 517110. All responsible sources may submit an offer, which shall be considered by this Agency. The following clauses are applicable to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52-212-2 Evaluation Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JUN 2006) (Deviation) and DFARS 252.212-7001 (Dev) Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2006) (Deviation). FAR 52.249-4 Termination for Convenience of the Government (Services) (Short Form) (APR 1984), FAR 52.249-8 Default (Fixed-Price Supply and Service) (Apr 1984), 52.246-20 Warranty of Services (MAY 2001), 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998). Quotes are due in this office no later than Wednesday, May 27, 2009, eight oclock (8:00 a.m.) local central standard time. They shall be emailed to terri.hover@us.army.mil or facsimiled to 615-313-2659. Offers will be evaluated using the Lowest Priced Technically Acceptable criteria outlined in FAR Part 15. To be determined technically acceptable the services shall be performed by a licensed and bonded contractor. Documentation shall be included in the quotation. The blanket purchase agreement will be awarded to the offeror whose quote is most advantageous to the Government. Quotes shall contain the following salient characteristics to be considered technically acceptable for this requirement; salient characteristics found below in Statement of Work. Please provide Dun and Bradstreet number (DUNS), tax identification number and CAGE code; the vendors Offeror Representations and Certifications (ORCA) shall be completed at https://orca.bpn.gov/ prior to submission of quote. STATEMENT OF WORK Installation of dedicated D3/T3 line with MIS located at SRSC/JFHQ VISC, 325 G. Street, Smyrna, TN 37167 within 45 days of awarded blanket purchase agreement. Non-Recurring Services Service Description: Installation of dedicated D3/T3 line with MIS at SRSC/JFHQ VISC, 325 G. Street, Smyrna, TN 37167 within 45 days of awarded agreement. Vendor Service Requirements During Implementation 1. Data Gathering and Site visit prior to start of installation and after award of Blanket Purchase Agreement (BPA). 2. Dedicated technical engineer for the duration of the install 3. Customer confirmation and installation status notifications during the installation process 4. Conduct installation and test of MIS before first monthly service charge Monthly Recurring Services Service Description: Dedicated D3/T3 line servicing for SRSC/JFHQ VISC, 325 G. Street, Smyrna, TN 37167 Vendor Service Requirements: a. D3/T3 Line shall be installed with the following specifications: 1. Port Speed 45Mbps 2. MIS Access Type Private Line 3. Dedicated Band Width T3 b. Vendor service shall have the following performance guarantees: 1. Latency (Within Region): -US 37 ms -Western Europe 30 ms -EMEA (including Western Europe) 45 ms -Asia Pacific 80 ms 2. Latency (Between Regions): -Asia Pacific to US West Coast 155 ms -Asia Pacific to Europe 245 ms -Europe to US East Coast 95 ms -Europe to US West Coast 175 ms -US to Caribbean/Latin America 130 ms -US to Canada 39 ms 3. Data Delivery (Within Region) -US 99.95% -Western Europe 99.9% -EMEA (including Western Europe) 99.9% -Asia Pacific 99.9% 4. Data Delivery (Between Regions) -Asia Pacific to US West Coast 99.9% -Asia Pacific to Europe 99.9% -Europe to US East Coast 99.9% -Europe to US West Coast 99.9% -US to Caribbean/Latin America 99.9% -US to Canada 99.9% 5. Jitter (Within Region) -US 1 ms -Western Europe 2 ms -EMEA including Western Europe 2 ms -Asia Pacific 2 ms 6. Jitter (Between Regions) -Asia Pacific to US West Coast 2 ms -Asia Pacific to Europe 2 ms -Europe to US East Coast 2 ms -Europe to US West Coast 2 ms -US to Caribbean/Latin America 2 ms -US to Canada 2 ms d. Additional requirements which shall be documented in quote: 1. Two hour response time on all major troubles with local network support 2. 24/7 customer service access to network support 3. 24/7 customer service hotline 4. Electronic Servicing 5. Trouble Ticket Support 6. Fault isolation and problem resolution through service demarcation point 7.Security procedures and support related to network services 8.Warranty The contractor shall provide a warranty of service for work performed by its personnel on contracted and serviced equipment and contractor provided parts they install. Service. The warranty period for service work performed by its personnel is for a period of twelve (12) months from date of acceptance. Parts. The contractor shall warrant for a period of twelve (12) months any part directly provided and installed by the contractor. Please provide pricing break down for non-reoccurring charges and reoccurring services, and pricing for option years two, three, and four for non-reoccurring and reoccurring charges.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-09-T-0034/listing.html)
 
Place of Performance
Address: USPFO for Tennessee P.O. Box 40748, Nashville TN<br />
Zip Code: 37204-0748<br />
 
Record
SN01819542-W 20090517/090516161138-33e213f7f496752dac01d02f96269450 (fbodaily.com)
 
Source
FedBizOpps 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.