SOURCES SOUGHT
D -- Rental Commercial Telephone Lines at Camp Lemonnier, Djibouti
- Notice Date
- 6/1/2016
- Notice Type
- Sources Sought
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Europe, DITCO-Europe, Patch Barracks, Haupstrasse, BLDG 2341, 70569 Stuttgart, Germany, Stuttgart, Germany
- ZIP Code
- 00000
- Solicitation Number
- HC1021-16-RFI-02
- Archive Date
- 7/15/2016
- Point of Contact
- Admir Hadzic, Phone: 0049711686395194, Brooke Baker, Phone: 01149711686392882
- E-Mail Address
-
admir.hadzic2.civ@mail.mil, Brooke.l.baker.civ@mail.mil
(admir.hadzic2.civ@mail.mil, Brooke.l.baker.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for rental of commercial telephone lines, telephone line usage, and caller ID services for Camp Lemonnier, Djibouti. CONTRACTING OFFICE ADDRESS: DISA/DITCO Europe Patch Barracks, Bldg. 2341 Stuttgart, Germany 70569 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of businesses to provide the required products and/or services. The DISA/DITCO Europe is seeking information for potential sources for the rental of approximately one hundred and thirty (130) commercial telephone lines, telephone line usage, and caller ID services for Camp Lemonnier, Djibouti. The contractor shall provide all labor and materials necessary to supply commercial Dial Central Office (DCO) dial tone services in support of requirements for voice network access to the Public Switch Telephone Network (PSTN). The contractor shall also provide services including but not limited to management, supervision, labor, tools, and vehicles necessary to supply those commercial dial tone services. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC1021-13-P-0009 Contract Type: Firm-Fixed Price (FFP) Incumbent and their size: Djibouti Telecom SA Method of previous acquisition: Full and Open Competition Description of the current program/effort: Currently, the contractor provides commercial dial tone for one hundred and ten (110) Commercial Telephone Lines to Camp Lemonnier, Djibouti along with all the management, supervision, labor, tools, and vehicle necessary to perform the contract. The current contract also has a Contingency CLIN capable of providing additional telephone lines and services up to 20% of the yearly effort. Anticipated Time Place of Performance: Camp Lemonnier, Djibouti REQUIRED CAPABILITIES: 1.General Performance Required: Contractor shall provide and maintain approximately one hundred and thirty (130) PSTN telephone lines/numbers to the commercial demark in building 111. 2.Commercial Connectivity: a.Contractor shall maintaining connectivity from the DCO to the contractor side of the termination block in building 111. The government is responsible for extending service from the government side of the termination block in building 111 to the customer jack on the wall within the confines of Camp Lemonnier. b.Contractor shall perform proper grounding, tagging, labeling and/or stenciling at the appropriate demarcation point to facilitate installations, moves, changes or disconnects of telephone service. c.Plant Documentation - The contractor shall maintain accurate and legible cable pair and associated telephone number assignment records in hard copy and Microsoft Office compatible electronic format, using best commercial practices. Records shall be made available to the specified Technical Point of Contact (TPOC) when service is initially established and whenever changes occur thereafter. 3.Trouble Shooting Assistance: a.Contractor shall provide troubleshooting assistance via telephone or on-site when service related problems occur. b.Telephonic support is defined as a Technical Service Center (TSC) available twenty-four hours per day, seven days per week to provide remote monitoring, testing and diagnostics capability. After Government initiation of a service request, the contractor shall provide technical solution to clear problems that may exist at the DCO or on contractor connectivity. Service requests may be made verbally, by fax, or e-mail. c.On-site routine technical support shall be available for non-emergency service, during duty hours (0800 through 1700, Monday through Friday), excluding United States or Djibouti national holidays. After Government initiation of a service request for on-site routine technical support, the contractor shall respond no later than the first two hours of the next business day. Ninety percent of all routine problems will be resolved within one business day. One hundred percent of routine trouble calls shall be resolved within three business days. d.On-site emergency technical support shall be available 365 days per year. After Government initiation of a service request for on-site emergency diagnostic support, the contractor shall respond no later than four hours after notification. Ninety percent of all emergency trouble calls shall be resolved within eight hours. e.Support requiring routine service is defined as outages of ten or fewer lines. Support requiring emergency service is defined as outages of eleven or more lines. In either case, through notification to the contractor by the TPOC, the level of service may be elevated or lowered depending upon mission needs. SPECIAL REQUIREMENTS Technical Certification/Compliancy: Contractor shall be compliant with Telecommunications Industries Association/Electronics Industries Alliance (TIA/EIA) 526-7, TIA/EIA 526-14, TIA/EIA 568, TIA/EIA 569, TIA/EIA 598, TIA/EIA 758 and best industry practices. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 517919, with the corresponding size standard of $32,500,000. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1)Business name and address; 2)Name of company representative and their business title; 3)Type of Small Business; 4)Cage Code; 5)Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT 30 JUN 2016, 9:00 A.M. Eastern Standard Time (EST) to disa.stuttgart.ditco.mbx.pl512@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. QUESTIONS: Questions regarding this announcement shall be submitted in writing by e-mail to disa.stuttgart.ditco.mbx.pl512@mail.mil. Verbal questions will NOT be accepted. Answers to questions will be posted to FBO for all potential respondents. The Government does not guarantee that questions received after 15 Jun 2016, at 9:00 AM EST will be answered. The Government will not reimburse companies for any costs associated with the submissions of their responses SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for rental of commercial telephone lines, telephone line usage, and caller ID services for Camp Lemonnier, Djibouti. CONTRACTING OFFICE ADDRESS: DISA/DITCO Europe Patch Barracks, Bldg. 2341 Stuttgart, Germany 70569 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of businesses to provide the required products and/or services. The DISA/DITCO Europe is seeking information for potential sources for the rental of approximately one hundred and thirty (130) commercial telephone lines, telephone line usage, and caller ID services for Camp Lemonnier, Djibouti. The contractor shall provide all labor and materials necessary to supply commercial Dial Central Office (DCO) dial tone services in support of requirements for voice network access to the Public Switch Telephone Network (PSTN). The contractor shall also provide services including but not limited to management, supervision, labor, tools, and vehicles necessary to supply those commercial dial tone services. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC1021-13-P-0009 Contract Type: Firm-Fixed Price (FFP) Incumbent and their size: Djibouti Telecom SA Method of previous acquisition: Full and Open Competition Description of the current program/effort: Currently, the contractor provides commercial dial tone for one hundred and ten (110) Commercial Telephone Lines to Camp Lemonnier, Djibouti along with all the management, supervision, labor, tools, and vehicle necessary to perform the contract. The current contract also has a Contingency CLIN capable of providing additional telephone lines and services up to 20% of the yearly effort. Anticipated Time Place of Performance: Camp Lemonnier, Djibouti REQUIRED CAPABILITIES: 1.General Performance Required: Contractor shall provide and maintain approximately one hundred and thirty (130) PSTN telephone lines/numbers to the commercial demark in building 111. 2.Commercial Connectivity: a.Contractor shall maintaining connectivity from the DCO to the contractor side of the termination block in building 111. The government is responsible for extending service from the government side of the termination block in building 111 to the customer jack on the wall within the confines of Camp Lemonnier. b.Contractor shall perform proper grounding, tagging, labeling and/or stenciling at the appropriate demarcation point to facilitate installations, moves, changes or disconnects of telephone service. c.Plant Documentation - The contractor shall maintain accurate and legible cable pair and associated telephone number assignment records in hard copy and Microsoft Office compatible electronic format, using best commercial practices. Records shall be made available to the specified Technical Point of Contact (TPOC) when service is initially established and whenever changes occur thereafter. 3.Trouble Shooting Assistance: a.Contractor shall provide troubleshooting assistance via telephone or on-site when service related problems occur. b.Telephonic support is defined as a Technical Service Center (TSC) available twenty-four hours per day, seven days per week to provide remote monitoring, testing and diagnostics capability. After Government initiation of a service request, the contractor shall provide technical solution to clear problems that may exist at the DCO or on contractor connectivity. Service requests may be made verbally, by fax, or e-mail. c.On-site routine technical support shall be available for non-emergency service, during duty hours (0800 through 1700, Monday through Friday), excluding United States or Djibouti national holidays. After Government initiation of a service request for on-site routine technical support, the contractor shall respond no later than the first two hours of the next business day. Ninety percent of all routine problems will be resolved within one business day. One hundred percent of routine trouble calls shall be resolved within three business days. d.On-site emergency technical support shall be available 365 days per year. After Government initiation of a service request for on-site emergency diagnostic support, the contractor shall respond no later than four hours after notification. Ninety percent of all emergency trouble calls shall be resolved within eight hours. e.Support requiring routine service is defined as outages of ten or fewer lines. Support requiring emergency service is defined as outages of eleven or more lines. In either case, through notification to the contractor by the TPOC, the level of service may be elevated or lowered depending upon mission needs. SPECIAL REQUIREMENTS Technical Certification/Compliancy: Contractor shall be compliant with Telecommunications Industries Association/Electronics Industries Alliance (TIA/EIA) 526-7, TIA/EIA 526-14, TIA/EIA 568, TIA/EIA 569, TIA/EIA 598, TIA/EIA 758 and best industry practices. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 517919, with the corresponding size standard of $32,500,000. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1)Business name and address; 2)Name of company representative and their business title; 3)Type of Small Business; 4)Cage Code; 5)Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT 30 JUN 2016, 9:00 A.M. Eastern Standard Time (EST) to disa.stuttgart.ditco.mbx.pl512@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTE/HC1021-16-RFI-02/listing.html)
- Place of Performance
- Address: Camp Lemonnier, Djibouti, Djibouti
- Record
- SN04135300-W 20160603/160601235332-4d01b370d9a3674d2014c8abb5dcbc4a (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 |