MODIFICATION
N -- Installation and Maintenance of Ethernet Connection between 2070 Chain Bridge Road, Vienna VA and 1801 L Street, Washington DC
- Notice Date
- 7/18/2012
- Notice Type
- Modification/Amendment
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Department of the Treasury, Financial Crimes Enforcement Network, FINCEN Headquarters, P.O. Box 39, Vienna, Virginia, 22183
- ZIP Code
- 22183
- Solicitation Number
- T-FCEN-12-T-0013
- Archive Date
- 8/8/2012
- Point of Contact
- Lauris M. Eek, Phone: 7039055073, Jayne Horvath, Phone: 7039053649
- E-Mail Address
-
lauris.eek@fincen.gov, jayne.horvath@fincen.gov
(lauris.eek@fincen.gov, jayne.horvath@fincen.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) 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. (ii) T-FCEN-12-T-0013 is issued as request for quotation (RFQ). (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-58, Effective 18 May 2012. (iv) This RFQ is a Total Small Business Setaside. The associated NAICS code is 517110 Wired Telecommunications Carriers with a 1500 employees SB standard. Other applicable NAICS may include 541511 Custom Computer Programming Services. Applicable Product Service Codes (PSC) include D304 Automatic Data Processing Telecommunications & Transmission Services and N070 Installation of Automatic Data Processing Equipment, Software, Supplies and Support Equipment (v) & (vi) Requirements Description: Installation and Maintenance of Ethernet Connection Service from 2070 Chain Bridge Road, Vienna, VA 22182-2536 to 1801 L Street NW, Washington, DC 20036 (approximately 15 miles). For Installation and Subsequent service - Provision of sufficient facilities, equipment, labor, tools, and oversight (including any and all permits and easements) to ensure that the tasks defined in the below CLIN List and instatnt RFQ are performed efficiently, accurately, on time, and in compliance with the requirements of the RFQ. The Base Year of: CLIN 0001 Non-Recurring/One Time Charges 1 Gbps Ethernet (150 Mbps) - Fixed 1 EA 1 Gbps Ethernet (150 Mbps) - Per Mile (If any) 1 Gbps Ethernet (150 Mbps) - Channel Extension Charge (Protected) 2 EA CLIN 0002 Monthly Recurring Charges 1 Gbps Ethernet (150 Mbps) - Fixed 1 EA 1 Gbps Ethernet (150 Mbps) - Per Mile (If any) 1 Gbps Ethernet (150 Mbps) - Channel Extension Charge (Protected) 2 EA A total of 4 annual option periods (2 CLINs each, broken out as above), with the same requirements and sequential CLINs, netting a total of 10 CLINs. (vii) Installation is required by September 24, 2012. The FOB Destination point of delivery is 2070 Chain Bridge Road. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) EVALUATION CRITERIA: Pursuant to FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999), paragraph (a): "The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered." The following evaluation factors shall be used to evaluate offers: (i) technical capability; (ii) price; and (iii) socio economic status; and (iv) Past Performance. Factor (i) shall be considered more important than factors (ii) and (iii) which shall be considered equally important to each other and more important than factor (iv). Achievement of agency socio-economic objectives is designated as a source selection factor, which, when combined with price and other factors, may make the offer of a small business the best value. The Government is committed to assuring the maximum practicable opportunity is provided to a variety of small business categories. It is the policy of the Government to encourage the full participation of small businesses in the procurement process. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. (xiii) Additional contract terms and conditions include: (a) Vendors shall provide their TIN and DUNS with their quote. (b) Pursuant to FAR clause 52.217-5 -- Evaluation of Options (Jul 1990), except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (c) Past Performance data shall be submitted by the evaluating contact, using the attached Past Performance Questionnaire for three contracts for similar products/services which were completed within the previous three years by the quoting vendor. (d) Due to agency requirements and the nature of this procurement action, the vendor is requested to structure its payment terms "IN ARREARS". (e) FAR 52.211-11 -- Liquidated Damages -- Supplies, Services, or Research and Development (Sept 2000) (A) If the Contractor fails to deliver the supplies or perform the services within the time specified in this contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages of $200.00 per calendar day of delay. (B) If the Government terminates this contract in whole or in part under the Default -- Fixed-Price Supply and Service clause, the Contractor is liable for liquidated damages accruing until the Government reasonably obtains delivery or performance of similar supplies or services. These liquidated damages are in addition to excess costs of repurchase under the Termination clause. (C) The Contractor will not be charged with liquidated damages when the delay in delivery or performance is beyond the control and without the fault or negligence of the Contractor as defined in the Default -- Fixed-Price Supply and Service clause in this contract. (xv) Offers are due to Lauris.Eek@fincen.gov or F: (703)905-5126 or POB 39, Vienna, VA 22183-0039 by July 24, 2012 2:00 PM EDT. (xvi) Questions regarding this RFQ should be directed to Mr. Lauris Eek at (703) 905-5073.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/FINCEN/VAV/T-FCEN-12-T-0013/listing.html)
- Place of Performance
- Address: 1801 L Street NW, Washington DC 20036 to 2070 Chain Bridge Road, Vienna, Virginia, 22182, United States
- Zip Code: 22182
- Zip Code: 22182
- Record
- SN02806920-W 20120720/120718235159-c2671c915eeb752d3be31b6dc3f45a50 (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 |