Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2017 FBO #5550
DOCUMENT

D -- 304 - Automatic Data Processing Telecommunications and Transmission Services - Attachment

Notice Date
1/31/2017
 
Notice Type
Attachment
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
Solicitation Number
N0018916T0622
 
Response Due
2/17/2017
 
Archive Date
3/4/2017
 
Point of Contact
Richard Mateljan 757-443-1336 Richard Mateljan
 
E-Mail Address
richard.a.mateljan@navy.mil<br
 
Small Business Set-Aside
N/A
 
Description
Synopsis for Solicitation number N00189-16-T-0622 Wired Communications in Support of CNRMA in Crane, Indiana The Contracting Department, NAVSUP Fleet Logistics Center (FLC), Norfolk, VA, intends to negotiate a single award, firm fixed price (FFP) indefinite delivery, indefinite quantity (IDIQ) contract under FAR Part 12 Acquisition of Commercial Items and FAR Part 13.5 Test Program for Certain Commercial Items . Naval Support Activity (NSA) Crane covers 100 square miles, over 64,000 acres and has over 400 occupied buildings that require telecommunications services. NSA Crane s Base Operating Support (BOS) mission includes providing modern telecommunications support services to a diverse customer base throughout NSA Crane. Tenants include Naval Surface Warfare Center Crane Division, Crane Army Ammunition Activity and 12 other smaller tenants. Responsibilities include managing all aspects (excluding NMCI) of the base telecommunications systems. These systems are comprised of Synchronous Optical Networks (SONET), analog and digital telephone networks, CAIRS.Net Telecommunications Management System (TMS), and technical support services. NSA Crane maintains all Single-mode and Multi-mode fiber (150 miles buried and aerial) network infrastructures; all copper (200 miles buried and aerial) network infrastructures; provides infrastructure upgrades and repairs as necessary; maintains an Avaya Communications Manager (CM-6) with five Remote locations with a switching capacity of 10,000 telephone lines; and maintains a 10,000 line Callegra-voice mail system to supplement the telecommunications requirements. NSA Crane is responsible for all telephone moves, adds and changes (MACs) on base (typically 2 to 3,000 work requests per year); all fiber and copper installs and repairs from building 2 to the Service Delivery Point (SDP) at the customer location; all high capacity (T-1 and larger) circuit installs; manages all circuit connectivity to the SDP; and also provides customer service, data entry services and helpdesk support. This effort requires the contractor to provide commercially available integrated, switched voice and data telecommunications services via Integrated Services Digital Network (ISDN) Primary Rate Interface (PRI) Lines with Caller ID feature to be terminated at building 2 demarcation (DEMARC) point Installation Communications Office (ICO) located at Naval Support Activity (NSA), Crane Indiana. The Contractor shall provide multiple Directory Numbers, Business lines and circuits identified in paragraph 3 (Requirements) below. The Contractor is also required to provide local and long distance telephone services to our remote site located at Glendora Test Facility building 8000 in Sullivan, IN. The Telephone directory numbers shall be terminated at existing DEMARC in building 8000. The purpose of this acquisition is to acquire non-personal telecommunications support services to assist Naval Support Activity (NSA) Crane ICO in meeting their mission. Tasks include providing all telephone support services to NSA Crane and all 14 Different commands located at NSA Crane. This also includes providing technical, data management. Currently, this effort is in performance as contract number N00189-15-P-1009. The incumbent for this effort is Frontier Communications of Indiana LLC. (DBA Frontier Communications), 221 W. Washington St., Fairmount, IN 46928-1956. The North American Industry Classification System (NAICS) code for this acquisition is 517110 Wired Telecommunications Carriers; the Size Standard is 1500 employees. As a result of market research performed, the prospective Request for Proposal (RFP) will be processed utilizing Full and Open Competition . The resulting contract will be for an ordering period of 01 April 2017 through 31 March 2021. FAR 52.217-8 Option to Extend Services will be included in the solicitation and contract, and if exercised, will extend the contract to 30 September 2021. All options will be evaluated in accordance with FAR 17.206(a). A complete RFQ package will be available by downloading the documents at the NECO Website as follows: http://www.neco.navy.mil or FEDBIZOPPS at http://www.fedbizopps.gov on or around 03 February 2017. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above site; this office will NOT issue hard copy solicitations. By submitting an offer, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov. Please direct all questions regarding this requirement via e-mail to the POC identified in this synopsis. The NECO website has a Submit Bid button next to the solicitation number. DO NOT use the Submit Bid button on NECO to submit your proposal for the upcoming solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018916T0622/listing.html)
 
Document(s)
Attachment
 
File Name: N0018916T0622_Synopsis.docx (https://www.neco.navy.mil/synopsis_file/N0018916T0622_Synopsis.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0018916T0622_Synopsis.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04386245-W 20170202/170131234708-7a1752c2c8d649469314ca6144d90f86 (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.