Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2014 FBO #4479
MODIFICATION

D -- Base Telecommunication System (BTS) Service - Amendment 1

Notice Date
2/26/2014
 
Notice Type
Modification/Amendment
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 439 CONF/LGC, 250 Airlift Drive, Westover ARB, Chicopee, Massachusetts, 01022-1507, United States
 
ZIP Code
01022-1507
 
Solicitation Number
FA6606-14-R-0003
 
Response Due
3/17/2014 10:00:00 AM
 
Point of Contact
Dawn M. Whelan, Phone: 4135572493
 
E-Mail Address
dawn.whelan@us.af.mil
(dawn.whelan@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Questions and Answers Pricing Table Technical Volume information correction Correction to Set Aside The 439th Airlift Wing, has a requirement for non-personal services for operation and maintenance of the Base Telecommunications Systems (BTS) at Westover ARB MA. The service consists of providing all management, tools, equipment, and labor necessary to perform monthly Operations and Maintenance (O&M) services and other services required to ensure the Base Telecommunications System (BTS) is available 24 hours per day, 7 days per week. The BTS consists of the base telephone system switch, the outside plant (OSP) and inside plant systems, and all associated equipment. All work shall be performed in accordance with, and conform to the terms, standards and conditions of all applicable laws, regulations, standards, and best commercial practices as described in the Performance Work Statement (PWS) with the focus on safety and customer service. The performance period for this service is a 4 month base period of 01 June 2014 thru 30 September 2014 and four (one-year) option periods. All personnel, equipment, tools, materials, vehicles, supervision and other items and services necessary to provide highly reliable telecommunications and networked voice, video and data services, unless specified in this contract as Government Furnished Property (GFP), will be provided by the contractor. A fixed price requirements type contract is contemplated. The solicitation will be issued as an 8(a) Competitive Set-Aside under the North American Industrial Classification Standard (NAICS) code 517110 with a size standard of 1,500 employees. It is anticipated that the solicitation will be issued electronically on or about 15 February 2014 on the Federal Business Opportunities web page at http://www.fbo.gov. Paper copies will not be available. The RFP will contain files in Microsoft Office and PDF formats. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. All prospective contractors must be registered in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR) in order to be eligible for award. IMPORTANT INFORMATION FOR CONTRACTORS: Any award resulting from the solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. All information pertaining to this acquisition, including technical (or other) questions and answers will be provided to/through the Contracting Officer ONLY to ensure equal distribution of information to interested parties via FedBizOps. All proposals must be submitted in accordance with the proposal preparation instructions contained within the solicitation. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2014-02-15 15:19:18">Feb 15, 2014 3:19 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2014-02-26 11:59:33">Feb 26, 2014 11:59 am Track Changes This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Request for Proposal (RFP) number is title FA6606-14-R-0003. This solicitation is being issued as 100% 8(a) competitive set aside under the North American Industrial Classification Standard code 517110 with a size standard of 1,500 employees. Services to be performed at Westover ARB Chicopee, MA 01022. • See Attachment, Price Table, for contract line items, quantities and units of measure. • See Attachment, Performance Work Statement (PWS), for a full description of requirements. • See Attachment, Equipment and Installation Performance Specification (EIPS), for information pertaining to equipment. The service consists of providing all management, tools, equipment, and labor necessary to perform monthly Operations and Maintenance (O&M) services and other services required to ensure the Base Telecommunications System (BTS) is available 24 hours per day, 7 days per week. The BTS consists of the base telephone system switch, the outside plant (OSP) and inside plant systems, and all associated equipment. All work shall be performed in accordance with, and conform to the terms, standards and conditions of all applicable laws, regulations, standards, and best commercial practices as described in the Performance Work Statement (PWS) with the focus on safety and customer service. The performance period for this service is a 4 month base period of 01 June 2014 thru 30 Sept 2014 and four (one-year) option periods. All personnel, equipment, tools, materials, vehicles, supervision and other items and services necessary to provide highly reliable telecommunications and networked voice, video and data services, unless specified in this contract as Government Furnished Property (GFP), will be provided by the contractor. Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Please see attached document for details of requirements. The Government anticipates a fixed price, single award contract from this solicitation. To receive an award of contract the offeror must be registered in System for Award Management (SAM) database which can be accessed at the website https://www.sam.gov/portal/public/SAM. Offers shall be submitted NO LATER THAN 10:00 AM, 4 April, 2014, to the Westover Air Reserve Base Contracting Office, ATTN: Dawn Whelan, 250 Airlift Drive, Westover Air Reserve Base, Chicopee, MA 01022. Any questions regarding this proposal request must be can submitted in writing to dawn.whelan@us.af.mil All Questions regarding this solicitation should be received no later than 21 March 2014. S ite visit will be conducted on 12March 2014. at 1000AM at Westover Air Reserve Base, Chicopee, MA. All individuals wishing to attend must pre-register no later than 10 March 2014 with the following information: •· Solicitation number •· Date and time of site visit •· Firm/Company name and telephone number •· Visitor's Name and Driver's License number for each attending individual •· Vehicle description to include make, model, year and color (indicate if rental) Send to Dawn Whelan via email at dawn.whelan@us.af.mil. Interested parties are highly encouraged to attend the site visit. The contractor is required to acknowledge at the time of closing that the contractor has inspected and is fully cognizant of site conditions. No allowance or consideration will be given after award for condition(s), which existed at the time of the site visit.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/439LSSLGC/FA6606-14-R-0003/listing.html)
 
Record
SN03297560-W 20140228/140226234744-cbce6d1691b17db90aa68eec6fd5474e (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.