SOLICITATION NOTICE
D -- Wireless Internet Services to the USG Residential Compound
- Notice Date
- 2/23/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- Agency for International Development, Overseas Missions, South Sudan USAID - Juba, USAID/South Sudan, Office of Acquisition and Assistance, 4420 Juba Place, Washington D.C. 20521 - 4420, Juba, South Sudan
- ZIP Code
- 00000
- Solicitation Number
- SOL-668-15-000003
- Point of Contact
- Elvira Kassimova, Phone: 1 202 216 6279, Ext. 479
- E-Mail Address
-
ekassimova@usaid.gov
(ekassimova@usaid.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial services and items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and is unrestricted; proposals are being requested and a written solicitation will not be issued. This solicitation SOL-668-15-000003 is issued as a request for quotation (RFQ) and incorporates provisions and clauses that are in effect through FAC 2005-80. All responsible sources may submit a quotation which shall be considered by the agency. Any questions regarding this combined synopsis/solicitation should be sent via email to Elvira Kassimova at ekassimova@usaid.gov and JUBAOAA@usaid.gov by no later than February 26, 2015. All interested offerors who believe they are capable of providing these services, are requested to submit a signed and dated quotation to: JUBAOAA@usaid.gov by the closing date of this solicitation. Offerors will submit a completed copy of the FAR 52.212-3, Offeror's Representations and Certifications Commercial Items. It is the contractor's responsibility to be familiar with applicable clauses and provisions. INSTRUCTIONS TO OFFERORS AND EVALUATION. The government will award a firm-fixed-price (FFP) 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. This could result in award to other than the lowest price offer. FAR Part 52.212-1, Instructions of Offerors for Commercial Items, and FAR Part 52.212-2, Evaluation for Commercial Items, apply to this solicitation and will be used to evaluate items as consistent with below stated description of requirements. The following factors shall be used to evaluate offers: (1) Technical Capability; (2) Past Performance; (3) Project Financial and Management Issues and (4) Price. The offerors must include a narrative to demonstrate capability in the following areas. (1) Technical Capability - Offerors must demonstrate their technical capability in provisioning Internet services through a variety of telecommunication infrastructure. Proof of capability in having provisioned similar services to a large enterprise is required. Proven ability to provision Internet services using a variety of telecommunications tools, software platforms, servers to achieve a high quality of service is required. USAID may require a test circuit for assessment of the contractor capability. (2) Past Performance - the Offerors must submit information on similar tasks carried out in the past three years. USAID will assess past performance based on background checks where such Internet service has been provisioned. Scopes of work for such tasks must be provided. All the necessary terms of reference and the contact information of the organization where the services were provided must be submitted. This information may be presented in short paragraph form. (3) Project Financial and Management Issues: the Offerors shall demonstrate knowledge of sound management, operations management, project planning, ability to handle logistical issues and the ability to transact with bank credits. The offeror shall also address its plan to obtain all licenses and permits required by local law. If offeror already possesses the locally required licenses and permits, a copy shall be provided. Technical, management and past performance, when combined, are significantly more important than price. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option(s). The government may elect to award without discussions. CLAUSES AND PROVISIONS -The following clauses apply to this solicitation: FAR 52.204-3, Taxpayer Identification, FAR 52.204-6, Data Universal Numbering System (DUNS) Number, 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 52.217-2, Cancellation Under Multi-year Contracts, FAR 52.217-9, Option to Extend the Term of the Contract -(a) The government may extend the term of the this contract by written notice to the contractor within 30 days; provided that the government gives the contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the government to an extension. (b) If the government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. FAR 52.222- 25, Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.232- 34, Payment by Electronic Funds Transfer -Other than Central Contractor Registration; 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.233-1, Disputes Alternate I; FAR 52.233-3, Pro­ test after Award; 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.253-1, Computer Generated Forms. For full text version of these provisions, please use the following Internet link: www.acquisition.gov/far/ REQUIREMENTS: USAID/South Soudan requires the services of qualified Internet Service Provider (ISP) to provide robust and reliable Internet Services (IS) that will provide Wireless Internet connectivity at the USG Residential Compound (RC). Under the direction of the Systems Administrator who is the designated Contracting Officer Representative (COR) for this activity, the contactor shall undertake all tasks as spelt out in the statement of work. The compound has a user community of between 80 - 100 people with area size of approximately 18,000 square meters The contractor shall seek to understand the current cable duct, telco and other carrier infrastructure at the USG RC by carrying out the necessary physical and communications survey at the USG RC where the service is required. The contractor will then come up with options of solutions that will meet USAID South Sudan's requirements. Due to the critical nature of the connection, contractor shall be required to ensure availability and required quality of this service at all times. Any interruptions resulting in lack of service or service degradation below the Internet speed stipulated in this scope of work will result in commensurate loss of the recurrent telecommunications and Internet subscriptions fees. The ISP should ensure timely (within an hour) responses to calls for services in the event that there are breakdowns. The WISP should provide twenty four hour technical coverage of service support and should therefore be operating a 24/7 X 365 support center and advice the Mission on the customization of the usage of the services. That would mean frequent monitoring of the protocols that are very much used and that is made available to USAID Systems Manager. The ISP should provide content and URL filtering to limit Band Width intensive applications. All equipment and tools that are part of the overall devices of the installation should be added in the quotation. The ISP should provide any required hardware, software, IP addresses, and telecommunications applications or software upgrade including any licenses that may be required to keep the service operational after the service has been commissioned. After the service has been commissioned the contractor shall bear any installation costs that may be required to keep the quality of the service acceptable to USAID. Further, the contactor will be responsible for additional costs arising from technical modifications, change of Internet provisioning technologies or change in agreements of the WISP and its partners. Required Bandwidth. Minimum uplink speed to North American Internet sites 3.0 mbps (Committed), minimum downlink Speed from North American sites 9.2 mbps (Committed). This service could be offered through any technologies that will meet these requirements. USAID requires 99.97% of Internet availability at all times to meet to meet our business requirements. The ISP should provide adequate redundancy at critical network points and at all other necessary levels so as to ensure un-interruptible IS and smooth operations at all times. Service Monitoring. USAID will use various telecommunications tools including commercial web based speed measurement tools to do on the spot Internet speed measurements. The ISP must guarantee full contracted BW availability from the originator side to the ISP's internet gateway. Deliverables. The contractor shall provide the required bulk Internet service through industry standard telecommunications protocols provisioned by infrastructure that guarantee bandwidth delivery, any channel equipment and software used must meet approved local telecommunication regulatory requirements. The contractor shall provide customer premises equipment, additionally the contractor should provide documentation for the installed infrastructure including but not limited to network numbers, passwords and configurations. The contractor shall provide any test tools that may include hardware or software components. Logon account details for monitoring of critical devices, services, traffic flow, latency and speeds. The contractor shall provide contact details and professional qualifications of all personnel who will carry out the installation, commission and operate the service, additionally the contractor shall articulate the operations of their help desk ensuring that escalation procedures are well defined. The contractor shall clearly articulate how their 24 X 7 network operations center would work in meeting USAID's high availability network requirements. The contractor shall service and test any back up communications link at the contractor's costs including any access circuit charges that may be necessary for the provision of this service. Warranty. The contractor shall provide a twelve months warranty for any new equipment supplied under this contract. The warranty shall cover maintenance, repair and/or replacement of any failing aspects of the new components of this installation. Inspection and Acceptance. The USAID Contracting Officer's Representative (COR) will receive, inspect and certify any equipment including documentation, configurations and copies of all software. Deployment / Installation. The contractor shall install the Internet infrastructure necessary to operate this service and hand over all the necessary information to the USAID/ South Sudan Systems Administrator. The contractor shall also install and commission any other equipment and any other accessories including, but not limited to, items such as power supplies, network numbers, network cards, telecommunications applications, patch cables, electrical wiring and minimal cabling including all necessary accessories to make the required Wireless Internet service fully operational. Training. The contractor shall provide on the job training on setting up, operation and use of the IS. The training must cover but will not be limited to all the aspects of the Internet service management and any necessary maintenance of the service. Wireless Internet Service Quality (QoS). The ISP shall provide excellent Quality of Service (QoS) for the connection that represents the level of consistent download/upload capacity provided. The ISP shall deploy tools or service to provide content filtering, HTTP and object caching, acceleration/compression capabilities to provide a better QoS and enhance user experience. Period of Performance. The contractor shall commence work immediately upon signing the contract with USAID for the provision of the IS. The contractor shall provide the service for a period of twelve months. The contract will have one base year and four one-year options depending on the satisfactory delivery of services. Termination. USAID can terminate the contract at any time due to nonperformance or for the Government's convenience.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9d769209463f2c5bf9141808eb97b972)
- Place of Performance
- Address: Juba, South Sudan, Juba, South Sudan
- Record
- SN03649652-W 20150225/150223235658-9d769209463f2c5bf9141808eb97b972 (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 |