Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2011 FBO #3477
MODIFICATION

99 -- NLM Internet Connectivity

Notice Date
5/31/2011
 
Notice Type
Modification/Amendment
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
 
ZIP Code
20894
 
Solicitation Number
NLM-10-167-RLS
 
Archive Date
6/25/2011
 
Point of Contact
Ryan L Singletary,
 
E-Mail Address
Ryan.singletary@nih.gov
(Ryan.singletary@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
1. Could the government clarify the due date? Response: The solicitation response time will be extended to June 10th at 3pm. 2. Can the government provide the name of the current provider? Response: The providers for the NIH/CIT Internet connections are Sprint, Time-Warner, and Verizon. The current provider for NLM is Level 3 Communications. 3. For the diversity requirements, does the statement "The connection(s) from the contractor's POP to NLM must be over protected circuits" mean the Government requires two separate diver circuits? Response: Yes, each circuit needs to be terminated with two (2) paths for protection. Physical diversity of these two paths is not required, however more credit will be given to those vendors who provide physical diversity of these paths for greater protection. 4. In order to be physically diverse from the existing Internet connections, can NLM provide the paths that the current circuits traverse? Response: This information has been addressed in the revised SOW dated 5-27-2011. 5. H.4.A c - Position Sensitivity Levels. Levels are identified but checked for this particular solicitation. Can the Government be more specific regarding the levels to be required? Response: Disregard this section. It was added in error. 6. Would the contractor's production (WHIP) network be considered the "Information System" of concern as defined by FIPS 199 for compliance with FISMA? Response: Disregard hat request in the RFP. 7. H.4.B.5 - Vulnerability Scanning Requirements - This acquisition requires the Contractor to host an NIH webpage or database." How does this relate to providing high speed internet connectivity? Does this requirement apply to the current SOW? Response: This does not apply to the current SOW. Please disregard. 8. I.6 Service Contract Act. Please reconsider the mandatory inclusion of the Service Contract Act for this procurement. Response: Please disregard the Service Contract Act requirement. 9. Attachment 3. The third reference hyperlink is a form which refers to information in Section L.III of the RFP which appears to be missing. Could the government please provide Section L.III of the RFP? Response: The attachments are or posted on the FBO posting. 10. As no solicitation cover sheet was provided, please specify the Government's intended proposal validity period. Response: Offers will be valid until the time of award. 11. No Form NIH-2043 was attached or listed as an attachment in Section J. Response: Please disregard. All the information in this document should be provided within the proposal. 12. No attachment entitled Technical Proposal Cost Summary was provided. Response: Please disregard attachment reference. 13. Could the government provide the Technical Proposal Cost Summary format referenced. Response: This is no formal format for the Technical Proposal. 14. Could the government provide the Safety Block Act designation form? Response: Please disregard request. 15. A breakdown of Proposal Estimated Cost and Labor Hours is unnecessary. Please disregard. 16. Anticipated Period of Performance. The SOW says delivery is 9/1; however, the RFP page 37 C. says award date is Sept 1. Will the government allow for the contactor's standard installation interval? Response: The government will allow for the contractor's standard installation interval, not to exceed 120 days from award. The award date will be as soon as the proposals are evaluated and negotiations are complete. The desired start date of the period of performance is 9/1/2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NLM-10-167-RLS/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02460294-W 20110602/110531234439-a879659d8ed0a5c377dfa04dc9066d80 (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.