Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 13, 2014 FBO #4767
SOLICITATION NOTICE

D -- Telecommunication Regional Switch Maintenance support services under the auspices of NCTAMS LANT Norfolk covering 27 NE and SE corridor location sites.

Notice Date
12/11/2014
 
Notice Type
Presolicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018915R0368
 
Response Due
1/29/2015
 
Archive Date
2/13/2015
 
Point of Contact
Jay F. Gardner 215-697-9601 E-mail address: jay.gardner@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
NAVSUP Fleet Logistics Center, Norfolk Contracting Department, Philadelphia Office, intends to solicit on a total small business set-aside basis for telecommunication regional switch maintenance support services under the auspices of NCTAMS LANT Norfolk. Specifically, the instant requirement is to provide commercially available telecommunications corrective and preventive maintenance for Navy-owned Avaya and Nortel telephone switching platforms, switch remote units, and adjunct equipment (voice mail and switch administrative maintenance terminal) to NCTAMS LANT and component activities Base Communications Offices during peacetime, exercise, natural disaster, and conflict covering twenty-seven (27) locations in the Northeast and Southeast continental United States corridors. Key scope elements of the instant requirement ™s Performance Work Statement (PWS) include 24 hours per day, seven (7) days per week, 365 days per year telephone switch corrective and preventive maintenance to include remote monitoring and incident response. The proposed period of performance will consist of 60 months encompassing a twelve month base period commencing 01 August 2015 and continuing through 31 July 2016, plus four, one-year options. Request for Proposal (RFP) N00189-15-R-0368 (Note: RFP number to be revised at time of issuance) contemplates a Firm Fixed Price-type contract. This contract type resulting from the solicitation will made to the responsible offeror whose proposal represents best value in accordance with the evaluation factors set forth in the solicitation. Award will be made on the basis of the lowest evaluated price proposal meeting or exceeding the acceptable factors for non-cost factors. The non-cost factors will consist of Performance Approach, Corporate Experience, and Past Performance. The offeror will be required to provide in detail a performance approach that will successfully accomplish the requirements of solicitation, including the PWS. All qualified sources are encouraged to submit proposals for consideration of the Government. It is the intention of the Navy to issue this RFP through electronic means only. This RFP shall be available upon issuance at http://www.neco.navy.mil. All contractors must be registered in the System for Award Management (SAM) at http://www. sam.gov to be eligible for contract award. The NAICS code for this requirement is 517110 with a size standard of 1,500 employees. The primary POC is Jay F. Gardner, Code 260.1B, who can be reached at e-mail address: jay.gardner@navy.mil or telephone number 215-697-9601.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018915R0368/listing.html)
 
Record
SN03594412-W 20141213/141211235144-3c8f60b4ff2be8fe6b47e5c09168584b (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.