Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2015 FBO #4915
SOLICITATION NOTICE

S -- Business Cable and Internet Services

Notice Date
5/8/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
515210 — Cable and Other Subscription Programming
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
DJF-15-0700-15022
 
Archive Date
5/30/2015
 
Point of Contact
Lynda M. Theisen, Fax: 703-632-8480
 
E-Mail Address
Lynda.Theisen@ic.fbi.gov
(Lynda.Theisen@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. 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. Quotes are being requested, and a written solicitation will not be issued. Quotes shall reference DJF-15-0700-0015022. This Request for Quote (RFQ) document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81 effective April 10, 2015. This notice will be distributed solely through the General Services Administration's Federal Business Opportunities (FBO) Website ( www.fedbizopps.gov ). Interested parties are responsible for monitoring the FBO site to ensure they have the most up-to-date information about this acquisition. No partial quotes will be considered. No partial awards will be made. The Federal Bureau of Investigation (FBI) intends to award a firm-fixed-price contract for business internet and cable for its Operational Response Center in Fredericksburg, VA. The intent is to award a 12 month base contract with four (4) 1-year option periods. Background : The FBI's Technical Hazards Response Unit (THRU) and Emergency Response Team Unit (ERTU) provide immediate response to crisis locations throughout the world. ERTU and THRU have located their operations in an offsite Operational Response Center (ORC) located at 1000 Falls Run Drive, in Fredericksburg, Virginia. This facility requires business internet and video services to support the Laboratory Division, Forensic Response Section (LD/FRS) of the FBI. This site serves as the COOP location for the Laboratory Division and requires this referenced connectivity. Nearly 100 full-time FBI personnel and contract staff are assigned to the ORC. These employees are required to access unclassified internet for operational response, procurement, paying vendors, and accessing unclassified e-mails from various Federal State and Local agencies, vendors, educational organizations, communications with FBI and OGA staff and industry working groups. ERTU and THRU also utilize these required services for mission planning and systems that run on business internet, which are critical to operations. THRU/ ERTU staff also need access to real-time news, weather and special event information for mission planning, evidence transport missions and situational awareness. **Notice: Satellite television and internet services are specifically excluded from consideration for this requirement due to the lack of consistent service in weather extremes (rain, snow, etc.). The services requested support Laboratory Division COOP/COG activities and require uninterrupted service, something that satellite television and internet cannot provide. Description of Requirements: The request for service includes the following cable and internet services: A SIDE (ERTU) Specifications 1. Business internet a. 6 - Business Internet Deluxe 30.0Mb/Sec download/10.0Mb/Sec upload lines b. 6 - CBI Static IP Addresses c. 6 - Email addresses d. Unlimited data access 2. Business Video Service to 35 TV Outlets (30 basic and 5 digital) 3. Business video service to include the analog and digital channels listed below. B SIDE (THRU) Specifications: 1. Business internet a. 6 - Business Internet Deluxe 30.0Mb/Sec download/10.0Mb/Sec upload lines b. 6 - CBI Static IP Addresses c. 6 - Email addresses d. Unlimited data access 2. Business Video Service to 40 TV outlets (27 Basic and 13 Digital) 3. Business video service to include the analog and digital channels listed below. The following channels shall be included in all quotations. Failure to include any of these channels will result in the quotation being rejected. BUSINESS VIDEO CHANNELS: Analog : WDCA - MyTV WETA 26 - PBS WRC - NBC WTTG - FOX WTVR - CBS WJLA - ABC News Channel 8 WUSA - CBS WCVE 23 - PBS WRIC 8 - ABC WDCW - CW Local Government Access- Stafford County Local Public Access- Stafford County The Weather Channel A&E Network CNN HLN TNT CNBC ESPN ESPN2 Fox News Fox Sports1 Cox Sports w/MASN2/CSN+ Comcast Sports Washington MASN NBC Sports Network Digital WHUT - PBS C-SPAN C-SPAN2 C-SPAN3 ESPN Sports WUSA-TV 9 Radar WRC - NBC HD WTTG - FOX HD WJLA - ABC HD News Channel 8 HD WUSA - CBS HD TBS HD WDCW - CW HD CSPAN1 HD Weather Channel HD CNN HD HLN HD CNBC HD Fox Sports 1 HD FX HD ESPN HD ESPN2 HD Fox News HD Cox Sports w/MASN2/CSN+ HD Comcast Sports Washington HD MASN HD NBC Sports Network HD A&E Network HD The Offeror shall provide a itemized quotation that includes all costs associated with their proposal including but not limited to: monthly recurring service charges for both business cable and internet, cable installations, cable runs from demark points to entry into the facility, any required converter cards, receiver, boxes or other accessory signal delivery devices, any monthly rental charges for converter cards, boxes or other signal delivery equipment, and any other costs normally associated with the provision of business internet and video service to a commercial service account as described. Current Service Provider: Cox Communications *Third (3rd) party resellers must provide copy of their current letter of agreement between them and the actual cable provider with their quotation. Failure to provide this information by the closing date of this announcement will result in the quotation being rejected. Estimated Start Date: For pricing purposes, the contract start date is June 5, 2015. The contractor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Governments rights with regard to the other terms and conditions of this contract. The warranty period shall begin upon final acceptance of all items provided to the government by the Contractor. FAR Clauses and Provisions applicable to this acquisition can be obtained from the website, http://www.acqnet.gov. The following clauses and provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014); 52.212-2, Evaluation - Commercial Items (Oct 2014) - The following factors shall be used to evaluate offers: Low Price Technically Acceptable. 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2015) (Please note: all offerors and prospective contractors must be registered with the Online Representations and Certifications Applications (ORCA) website at www.sam.gov or must provide a completed copy of 52.212-3 with their quotation); 52.212-4 Contract Terms and Conditions-Commercial Items (Dec 2014), 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Apr 2015), applicable clauses under 52.212-5 include: (a); (b); (1); (4); (6); (10); (12); (14) (20); (21); (22); (24); (25); (26); (27); (28); (33); (34); (37); (42). Addendum to 52.212-1, Modify (b) Submission of Offers to read as follows: Quotations shall be submitted by email to Ms. Lynda M. Theisen, Contracting Officer, at Lynda.Theisen@ic.fbi.gov ; no later than 9:00AM EST on Friday, May 15, 2015. Quotes shall be clearly marked DJF-18-0700-0015022. Offerors are hereby notified that if their quotes are not received by the date, time and location specified in this announcement, it will not be considered by the agency. Telephone request will not be considered. No questions will be answered over the telephone. All questions should be submitted by email to the contracting officer listed above. All vendors must be registered in SAM, effective July 29, 2012 to receive government contracts. The FBI uses a financial system that has a direct interface with SAM. Please ensure that your company's SAM information is updated and accurate. This includes TIN, EFT, DUNS, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment to your organization.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/DJF-15-0700-15022/listing.html)
 
Place of Performance
Address: FBI Operational Response Center, 1000 Falls Run Drive, Fredericksburg, Virginia, 22406, United States
Zip Code: 22406
 
Record
SN03725672-W 20150510/150508235341-b59455e0419b485f1f489e87694166a2 (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.