Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2011 FBO #3612
SOLICITATION NOTICE

D -- Private Base Exchange (PBX)services for the North Dakota National Guard

Notice Date
10/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
USPFO for North Dakota, P.O. Box 5511, Bismarck, ND 58502-5511
 
ZIP Code
58502-5511
 
Solicitation Number
W901UZ-12-T-0001
 
Response Due
10/25/2011
 
Archive Date
12/24/2011
 
Point of Contact
Kathy Robinson, 701-333-2223
 
E-Mail Address
USPFO for North Dakota
(kathy.robinson2@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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 is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation WILL NOT be issued. The solicitation W901UZ-12-T-0001 is issued as a Request for Quotation. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, dated 8/4/2011. The service includes a base requirement and five options for a total of five years. This procurement is advertised as unrestricted. The North Dakota National Guard is requesting quotations for renewal of Private Base Exchange (PBX) services. This is NOT a request for maintenance only. Service will be to eight locations in four cities in North Dakota. The four cities are Bismarck, Fargo, Grand Forks and Valley City. The city of Bismarck has four separate sites. In Fargo, Valley City and Grand Forks, the National Guard has one PBX in each city. There are four PBX telephone switches in Bismarck which will require connectivity between switches. The National Guard requires telecommunication services connectivity to the Local Exchange Company (LEC) in each city. The services include PRI T-1's to the Central Office. Point to Point T-1's between switches and a CAMA911 Trunk (in Bismarck only), 5000 DID numbers in Bismarck, 500 DID numbers in Fargo, 300 DID numbers in Grand Forks, 80 DID numbers in Valley City, analog Central Office Telephone Service (COTS) lines with ground start, and the ability to expand services in the future. The National Guard will not provide facilities, cabling or furnish any equipment to the vendor other than what is needed to install T-1 data lines to the existing National Guard PBX switches. The contractor will provide the Government with a list clearly identifying all T-1's, T-1 Channels, DID's and COT's at each site by circuit ID or DID number. The contractor will have personnel on duty 24 hours a day, 7 days a week to immediately repair any problem with the central office switch equipment. The contractor upon notification by the Government will repair in one business day any problem with a T-1 line, trunk feature or COTS line. The contractor (at Government expense) will make any changes, additions or deletions to the PBX services requested by the Government. The contractor will allow for growth of DID's, T-1's and COTS. The contractor will "PIC" all T-1's, T-1 channels, ISDN services and COTS lines to a Long Distance carrier selected by the Government at no cost to the Government. The contractor will block all third party billing, block all 900 numbers, and to the extent possible block access to all carriers except the "PIC" designated by the Government at all sites. The contractor shall provide a contract manager who shall be responsible for billing, service changes, adds, moves, deletions, request for on- site personnel and problem resolution. Hours of operation shall be normal hours Monday through Friday 8 a.m. to 5 p.m. The contractor shall provide customer support and technical assistance via email, phone, FAX or onsite visits during normal business hours. For after hours and emergencies, the contractor shall provide upon the request of the Government (at Government expense) customer support and technical assistance after hours in cases of equipment failure, local and national emergencies. The contractor, at the contractors expense, will install all equipment necessary to provide telecommunications services in all locations listed in the proposed contract. All equipment furnished to the Government will be new equipment. The contractor is responsible for all maintenance on any equipment the contractor installs. The contractor shall pay for all costs related to transportation or relocation of contractor equipment. If training is needed, the contractor will provide training to the Government on any equipment it installs. The contractor will provide all supplies for equipment it installs. The Government shall provide, at no expense, reasonable use of electricity for network interface devices. The Government will not provide any equipment to the contractor. The contractor assumes all maintenance on all equipment that is installed by the contractor. The contractor assumes all maintenance on any telecommunications cables the contractor installs. The contractor will furnish all supplies for any equipment installed by the contractor. The contractor will provide a continuous block of 5,000 DID numbers. The contractor will provide at the Fraine Barracks, Bismarck location 3 each Primary Rate Interface (PRI) T-1's with B8ZS to the central office. The T-1's will be installed at an extended DEMARC in the Building 50 HUB Room. The contractor will provide 69 trunks within the PRI T-1's to the central office or Public Switched Network (PSTN) with the ability to transfer ISDN calls to a PIC. The contractor will provide 16 each analog Central Office Telephone Service (COTS) lines with ground start. The contractor will provide a CAMA circuit to the local 911 center. The contractor will provide at the Raymond J. Bohn Memorial Armory (RJBMA) 4 each analog COTS lines with ground start. The contractor will provide 1 each Point to Point T-1's with B8ZS between RJBMA and the Army Aviation Support Facility. The Army Aviation Support Facility (AASF) will have 4 each analog COTS lines with ground start. The contractor will provide 1 each point to point with B8ZS from AASF to Fraine Barracks. The contractor will provide at the Military Support Center 2 each analog COTS lines with ground start. The contractor will provide 1 each Point to Point T-1 with B8ZS between Military Support Center and Fraine Barracks. The contractor will provide at the Fargo location from the Central Office 1 each PRI T-1 (B8ZS) with 23 trunks to the PSTN, with the ability to transfer ISDN calls to a PIC. The contractor will provide 500 DID numbers and 4 each analog COTS lines with ground start. In the Grand Forks location, the contractor will provide from the Central Office 1 each PRI T-1 (B8ZS) with 23 trunks to the PSTN, with the ability to transfer ISDN calls to a PIC and 300 DID numbers. The contractor will also provide 4 each analog COTS lines with ground start. The contractor will provide from the Central Office, if available, 1 each PRI T-1 (B8Zs) with 23 trunks to the PSTN, with the ability to transfer ISDN calls to a PIC for the Valley City location. The contractor will also provide 80 DID numbers and 4 each analog COTS lines with ground start. Quotes are due NLT 11:00AM CST on October 25th, 2011. The contract start date is on or about 1 November 2011. Contractors interested in this solicitation shall notify the contracting office by email to Kathy Robinson, Contract Specialist Kathy.robinson2@us.army.mil. Point of contact for technical questions is Doug Lantz at 701-333-2106 or douglas.lantz@us.army.mil. Interested contractors will forward the complete Statement of Work and any other information necessary for submission of the solicitation. Each contractor must include its Federal Tax Identification Number and be registered in the Central Contractor Registration website. Contractors shall include a completed copy of the provision at DFAR 252.212-7000 Offeror Representations and Certifications Commercial Items with its offer. Provision 52.212-1 Instructions to Offerors Commercial applies to this acquisition. Provision 52.212-2 Evaluation Factors applies to this acquisition. FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are included and incorporated by reference as follows: 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-50 Combating Trafficking in Persons, 52,223-18 Contractor Policy to Ban Text Messaging While Driving, 52,232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-3 Protest After Award, 252.201-7000 Contracting Officer's Representative, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to defense Acquisition of Commercial Items, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.237-7010 Prohibition on Interrogation of Detainees by contractor Personnel, 52.222-3 Convict Labor, 52.222-36 Affirmative Action for Workers with Disabilities, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment, 52,222-35 Equal Opportunity for Veterans, 52.222-37 Employment Reports on Veterans, 52.203-3 Gratuities, 52.204-4 Printed or Copied- Double sided on Post consumer fiber content paper, 52.228-5 Insurance - Work on a Government Installation, 52.233-2 Service of Protest, 252-209-7001 252.243-7002 Requests for Equitable Adjustment, 52.209-7 Information Regarding Responsibility Matters. Also included by reference is 52.217-5 Evaluation of Options, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses, 252,239-7002 Access, 252.239-7004 Orders for Facilities and Services, 252.239-7005 Rates, Charges and Services, 252.239-7006 Tariff Information, 252.239-7007 Cancellation or Termination of Orders, 252.239-7008 Reuse Arrangements. Offers will be evaluated IAW FAR Part 13.106-2 as to the best value most advantageous to the government, price, technical capabilities and past performance. Best Value being a technically acceptable product offered at a Fair and Reasonable Price. This purchase is exempt from the Service Contract Wage Rates. Davis Bacon Act does not apply. Award will be made based on the best value to the Government. THIS REQUIREMENT IS BASED UPON AVAILABILITY OF FUNDING. Options will be awarded annually as funds become available. Evaluation of options shall not obligate the Government to exercise the option(s). The CLINS for the proposed contract are as follows: 0001 Base Requirement, 01 November 2011 to 30 September 2012 ( 11 mos)____________________. 0002 First Year Option 01 October 2012 to 30 September 2013 _____________________. 0003 Second Year Option 01 October 2013 to 30 September 2014 ___________________________. 0004 Third Year Option 01 October 2014 to 30 September 2015 _________________________. 0005 Fourth Year Option 01 October 2015 to 30 September 2016_____________________________. 0006 Fifth Year Option 01 October 2016 to 31 October 2016 (1 mo)________________________. OFFERS ARE DUE BY 11:00am CST, October 25, 2011 by e-mail. Email to: Kathy.robinson2@us.army.mil. Simplified Acquisition Procedures will be utilized. This combined solicitation/synopsis can be downloaded from web site www.fedbizops.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA32/W901UZ-12-T-0001/listing.html)
 
Place of Performance
Address: USPFO for North Dakota P.O. Box 5511, Bismarck ND
Zip Code: 58502-5511
 
Record
SN02606964-W 20111015/111013234717-4a752c6c3522f67f04306fd18c55c452 (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.