MODIFICATION
60 -- Service for One Pair (2 Fibers) 51 Miles
- Notice Date
- 10/23/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
- ZIP Code
- 20817
- Solicitation Number
- NOI-RML-12042
- Archive Date
- 11/15/2012
- Point of Contact
- Bradley C. Engel, Phone: 4063759811, Lynda Kieres, Phone: 406-363-9210
- E-Mail Address
-
brad.engel@nih.gov, lkieres@niaid.nih.gov
(brad.engel@nih.gov, lkieres@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined Synopsis/Solicitation/Notice of Intent. The government intends to negotiate on a sole source basis with Fibergate to provide service for One Pair (2 Fibers) 51 Mile line, in accordance with format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and written solicitation will not be issued. The solicitation number for this acquisition is NOI-RML-12042 and the solicitation is being issued as a Notice of Intent on a sole source basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61 effective 10/15/2012. This acquisition will be processed under Simplified Acquisition Procedures and is not a small business set aside. The National Institute of Allergy and Infectious Disease (NIAIC) intends to procure uninterrupted connectivity of all data from the Fibergate. This connectivity includes 1 pair of dark fiber lines from the Integrated Research Facilities to the National Institute of Health's main campus in Bethesda, MD. Total distance is 51 miles. Award will include lease and maintenance of these dark fiber lines on a 24/7 support with a 2-hour response time. Contractor shall provide all necessary labor and materials required to maintain this line to the specified locations. In addition the contractor shall provide on-call restoration services to restore fiber links that fail to maintain appropriate connectivity. Period of performance is 11/01/2012 to 10/31/2013 with the ability to perform 4 option years through 2017 is required. The North American Industry Classification System (NIACS) Code for this acquisition is 541519 and the small business size standard is $25.0. This is a small business set-aside. This is a firm fixed-priced contract and the FOB terms are "Destination" and Net 30. The following FAR provisions and clauses apply to this acquisition and full text versions may be accessed electronically at this address: https://www.acquisition.gov/far/. FAR 52.212-1 Instructions to Offerors-Commercial Items; Offerors that have not registered in the System for Award Management (SAM) at the time of proposal submission will be ineligible for award. (Visit http://www.sam.gov to initiate registration.); 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 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.217-9 Option to Extend the term of the Contract; FAR 32.703-2 Availability of Funds. The following additional FAR and HHSAR clauses apply: FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification; FAR 52.232.19 Availability of Funds; FAR 52.233-4 Applicable Law for Breach of Contract Claim; HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations; HHSAR 352.223-70 Safety and Health. To view HHSAR provisions and clauses in full text see website http://www.hhs.gov/policies/hhsar/ All offers must be valid for a period of 90 days. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Commercial warranty information to include period and coverage shall be stated. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offers may be mailed to Bradley Engel at Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, Mt 59840; faxed to the POC indicated above (Fax - 406-363-9288); or e-mailed to (brad.engel@nih.gov). Offers must be submitted not later than 4:30 PM (MDST), 10/31/2012. The package should be marked with the solicitation number. All responsible sources may submit an offer that will be considered by this Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI-RML-12042/listing.html)
- Place of Performance
- Address: National Institute of Health, 10401 Fernwood Rd, Bethesda, Maryland, 20817, United States
- Zip Code: 20817
- Zip Code: 20817
- Record
- SN02917685-W 20121025/121023233726-c8011eedc1b9cfea8358c92a5bd28cd6 (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 |