Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2020 SAM #6665
SOURCES SOUGHT

D -- Leased local exchange access commercial network service supporting subscriber service for the Panama City area Naval Complexes.

Notice Date
2/26/2020 1:09:54 PM
 
Notice Type
Sources Sought
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
NAVSUP FLT LOG CTR JACKSONVILLE JACKSONVILLE FL 32212-0097 USA
 
ZIP Code
32212-0097
 
Solicitation Number
N6883620P0097
 
Response Due
3/2/2020 8:59:59 PM
 
Archive Date
06/02/2020
 
Point of Contact
Preston Grant904-542-1199preston.grant@navy.milNAVSUP FLCJ
 
E-Mail Address
preston.grant@navy.mil
(preston.grant@navy.mil)
 
Awardee
null
 
Description
Sources Sought Synopsis NAVAL SUPPORT ACTIVITY PANAMA CITY, FL LOCAL EXCHANGE CARRIER COMMERCIAL DIAL TONE This sources sought synopsis is for informational and planning purposes only reference of solicitation to be released soon # N6883620P0097. This is not a Request for Proposal, Request for Quote or Invitation for Bids. 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. The purpose of this sources sought notice is to survey prospective vendors in order to determine the availability of vendors capable of providing the requirements for leased local exchange access commercial network service supporting subscriber service for the Panama City area Naval Complexes consisting of Naval Support Activity (NSA) Panama City and the five Gulf Test Range Beach Sites. As used herein, the term Contractor is defined as the Prime Contractor and any resultant Subcontractor(s). The Prime Contractor shall ensure that any subcontractor(s) comply with the terms and conditions of this document. The requirement is for leased local exchange access commercial network service, path/interface to the Public Switched Telephone Network (PSTN) to support simultaneous access, transmission and switching of voice, data and image services. Trunking service shall terminate on the Navy�s Nortel Meridian Option 81C telephone switching platform. Present inventory counts on all schedules are not inclusive. The initial contract period will be from 01 April 2020 through 30 September 2020 (FY20) with an option to extend contract period for four one-year options (total contract will cover FY20 through FY24, one (1) base year and four (4) one-year option). If the Government chooses not to exercise any of the Options, it shall not be liable for any associated penalties and will not pay for any additional costs for early termination, Interested parties are requested to submit a capabilities statements. Capability statements shall include the following information: 1) Company name, address, POC name, phone number, fax number and email 2) Contractor (CAGE Code) 3) Size of business - Large Business, Small Business, Small Disadvantage, 8(a), HubZone, Woman-owned and/or Veteran-owned. Note: The potential North American Industrial Classification System Code (NAICS) Code is 333242, Semi-conductor Machinery Manufacturing. 4) In your response provide a brief description of the capability, resources, technical competencies and organizational experience relative to the key task areas. Standard brochures and/or paraphrasing of the Draft PWS will not be considered sufficient to demonstrate the capabilities of an interested party. Those firms interested in providing information in response to this sources sought are requested to provide the above information to the Contract Specialist, Preston Grant at preston.grant@navy.mil by 1:00 pm EST, 2 March 2020 It is the Government�s intent to award a sole source contract to Bell South D/B/A AT and T due to award to a source other than the original source would result in substantial duplication of cost to the Government. Material/service must be compatible in all aspects (form, fit and function) with existing systems presently installed/performing. Describe the equipment/function you have now and how the new item/service must coordinate, connect, or interface with the existing system. All data received in response to this sources sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3418cc0b054f473f9390d288dc38d734/view)
 
Record
SN05573492-F 20200228/200226230259 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.