|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 7,1998 PSA#223699th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV 89191-7063 D -- T-1 INTERNET INSTALLATION AND SERVICE, NELLIS AFB, NV SOL F26600
-- 99-Q0207 DUE 121099 POC Darryl J. Denis, Contracting Specialist,
(702) 652-2099, Fax (702) 652-5405 WEB: Nellis AFB Contracting
Homepage, www.nellis.af.mil/units/99cons. E-MAIL: E-mail Address,
darryl.denis@nellis.af.mil. Description: This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This solicitation is being
competed unrestricted. This announcement constitutes the only
solicitation; request for proposal (RFP) and a written solicitation
will not be issued. This solicitation (F26600-99-Q0207) is issued as a
Request for Quotation (RFQ). The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-05. The SIC for this solicitation is 7379. The
item description is as follows: Non-Personal Service to provide all
labor, tools, parts, materials, transportation, facilities necessary to
provide access to the Internet for the OSD JSEAD JTF through an
existing T-1 connection at Bldg. 1114, 5490 Pease Dr., Area III, Nellis
AFB, NV, 89192-6203, located 7 miles north of Las Vegas on Highway 93.
The commercial carrier's infrastructure and capabilities shall meet
the following: Carriers local backbone and Internet backbone shall be
Asynchronous Transfer Mode (ATM); Provide capability for primary Domain
Name Services (DNS); T-1 connection specification will use Frame Relay
services with a speed of 1.544 Mbps; Provide proof local configuration
allows for no more than 3 hops to the Internet backbone; 24/7/365 live
or automated monitoring of carrier's connection equipment to Internet
backbone; Be able to meet initial response time of not to exceed two
hours if a intervening service call is reported 0730-1630 Monday
Friday, or not to exceed 0930 the next business day, if problem is
reported outside the 0730-1630 Monday Friday time frame; Shall provide
proof of background and experience in providing telecommunications and
Internet services. The government owns the Router and CSU/DSU necessary
to hook up to the T-1 at the user end. Offerors will provide price
quotes on the following items: CLIN 0001AA Commercial T-1 installation;
CLIN 0001AB Primary DNS installation; CLIN 0001AC Commercial T-1
monthly service; CLIN 0001AD Primary DNS monthly service charge.
Offerors will also quote on the following services for an additional 12
month period (1 Oct 99 30 Sep 00) on a month-to-month basis: CLIN
0002AA Commercial T-1 monthly service charge; CLIN 0002AB Primary DNS
monthly service charge. Quotations should be firm fixed price that
includes all costs necessary to perform the service. The provision at
FAR 52.212-1, Instruction to Offerors-Commercial, applies to this
solicitation. The clause at Far 52.212-2; Evaluation of Commercial
items, applies to this solicitation. Award will be made to the
responsive, responsible offeror whose offer represents the best value
to the Government based on technical capability, price and past
performance. The following Clauses apply to this solicitation: FAR
52.217-5 Evaluation of Options in Solicitations; FAR 52.217-9 Options
to Extend The Term of the Contract; FAR 52.232-19 Availability of Funds
of the Next Fiscal Year. The government will evaluate options for award
purpose by adding the total price of the option year to the total price
for the basic requirement for the total two-year period. 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 options. The Government may extend the term
of this contract by written notice to the contractor within 30 days of
the expiration of the contract, provided that the Government shall
give the contractor a preliminary notice at least 30 days before the
contract expires. The preliminary notice does not commit the Government
to an extension. If the government exercises this option, the extended
contract shall be considered to include this option provision. The
total duration of this contract including the exercise of any options
under this clause shall not exceed 24 months. Prices to the government
shall be as low as or lower than those charged to the contractor's
most favored customer, in addition to any discounts for prompt payment.
Work performed shall consist of all service, or service/repair calls
required during the terms of the contract. The T-1 service shall be
available at all times except for periods of performing upgrades, or
circumstances beyond the provider's control. In all cases of
prearranged T-1 inaccessibility, the service provider will contact the
Governments Representative not less than 24 hours in advance. If the
prearranged inaccessibility will occur in less than 24 hours, the
service provider will contact the Govt. Rep. as soon as possible. The
Gov. Rep. is the primary individual designated to participate in the
administration of this contract to insure that contractor's compliance
with its technical requirements, including inspection and acceptance
of the service for the government at the performance sites. For this
service agreement the Gov. Rep. is Lt. Col. Mikel Jennings, telephone
extension (702) 652-5988. Work performed shall be in accordance with
accepted commercial practice as shall all functions outlined in the
service provider's service contract. The service provider shall be
responsible for maintaining their Data Transfer Equipment (DTE). A work
day shall be construed as the normal eight (8) hour work day of the
ordering agency within a work week, Monday through Friday, except
federal holidays. Normal work hours for Nellis AFB, NV 7:30 AM -- 4:30
PM. Personnel authorized to request/receipt for service calls: Only
JSEAD JTF personnel are authorized to place calls/ to inspect and
accept the Internet Service Provider's work. Only the Contracting
Officer can obligate the government. Authorized representatives may
represent the government only to the extent authorized in writing. The
Government will not be responsible for calls placed by individuals
other than those authorized by the Contracting Officer. Service shall
include all intervening repair calls necessary between regular
inspections at no additional cost to the Government. Suchservice shall
be furnished during the contractor's normal business hours, Monday
through Friday 7:30am to 4:30pm, within 2 hours after notice is given
by the Government, or by 9:30am the next business day if call is placed
outside this time frame. Water and electricity are available at the job
site and may be utilized by the contractor, at no cost, in quantities
necessary to perform the work herein. Contractor shall be responsible
for all temporary connections necessary for operations and for their
removal prior to final acceptance of work. Service technician is
required to submit an inspection or service call report. Their service
report must be prepared to verify the performance of
inspections/service calls. The report must include the name of the
person performing the service; repairs made to the item serviced or
inspected, date and signature of the operator or equipment custodian
and the contract number. The Contractor assumes full responsibility for
damage done to government property during performance of this purchase
order. Removal of any government owned property from Nellis AFB, NV is
not authorized. The following services are not included in this
contract: Expendable supplies and accessories; Electrical work external
to the system; Repair and parts necessitated by accident, fire, abuse
and/or misuse by government personnel, or acts of God as determined by
the Contracting Officer. FAR 52.246-4 Inspection of Services Fixed
price (Aug 1996) applies to this solicitation and subsequent award. The
contractor's invoice shall show: Contract/Purchase Order Number;
Billing Period; Amount; Name of Service; Service History for the
Billing Period Invoices shall be sent to: OSD JSEAD JTF, Attn: Lt. Col.
Mikel Jennings, 5490 Pease Dr. (Bldg. 1114), Nellis AFB, NV 89191-7012.
Permission for contractor personnel and vehicles to enter the
installations is subject to the approval of the Security Police.
Request for vehicle & ID passes will be submitted to 99 CONS/ LGCV. It
must contain name, social security number and two photo ID of the
individual(s) and make/model/year/color and license number of vehicle.
The clause at 52.212-3 Offeror Representations and
Certifications-Commercial Items, applies to this solicitation. Offerors
who fail to submit a completed Representations and Certification may be
considered non-responsive. The clause at FAR 52.212-4 Contract Terms
and Conditions-Commercial items applies to this solicitation. The
clause at FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statues or Executive Orders-Commercial items, applies to this
solicitation. Specifically, the following cited clauses are applicable
to this solicitation: Far 52.222-3 Convict Labor, Far 52.233-3 Protest
After Award, FAR 52.222-37 Equal Opportunity, FAR 52.222-35 Affirmative
Action for Disabled Veterans and Veterans of the Vietnam Era, Far
52.222-36 Affirmative Action for Workers with Disabilities, FAR
52.222-37 Employment Reports on Special Disabled Veterans on the
Vietnam Era, and FAR 52.222-42 Service Contract Act of1965 as amended.
In compliance with the Service Contract Act of 1965, and the
regulations of the Secretary of Labor, this clause identifies the
classes of service for employees expected to be employed under the
contract and states the wages and fringe benefits payable to each if
they were employed by the contracting agency subject to the provisions
of 5 USC 5341 or 5332. The following clause also apply to this
solicitation FAR 52.222-42 Statement of Equivalent Rates for Federal
Hires, DFARS 252.204-7004 Required Central Contract Registration, DFARS
252.232-7009 Payment by Electronic Funds Transfer. For solicitations
after 1 Jun 98 all contractors are required to be registered in the
Central Contractor Registration (CCR) database to receive a DOD award
or payment. Lack of registration in CCR will make an offeror ineligible
for award. Information concerning FAR clauses can be obtained at
http://farsite.hill.af.mil. A copy of the combined
synopsis/solicitation, wage determination, Representations and
Certifications, and FAR 52.212-3 are located at the 99th Contracting
Squadron Homepage http://www.nellis.af.mil/units/99cons. Contact
Contracting Specialist, SSgt. Darryl Denis (702) 652-2099 or e-mail
darryl.denis@nellis.af.mil for information regarding this combined
synopsis/solicitation. Telephone requests will be accepted. For
contractors accessing the solicitation through the Internet, amendments
will be posted on the effected solicitation page. In addition, it is
their responsibility to check the Internet daily for any amendments
that are issued. A solicitation package will be available for review at
the contracting office. The solicitation will be available for
downloading and viewing on the Internet, reference the provided site
address. Required Central Contractor Registration: for solicitation
(and resultant awards) issued after 1 June 98 all contractors are
required to be registered in the Central Contractor Registration (CCR)
database. In order to register, the contractor must have a DUNS#
(available @ (800)333-0505). Registration via Internet at
http://ccr.edi.dis.mil takes approximately 48 hours, all other methods
take approximately 30 days. Quotes must be submitted in writing,
signed and dated, to the 99th Contracting Squadron/LGCV, Attn: SSgt.
Denis, 5865 Swaab Blvd, Nellis AFB NV 89191-7063 or by fax to (702)
652-5405. Faxed quotes are acceptable. Offerors are reminded to include
Representations and Certifications document, Tax Identification #, and
DUNS #. All responsible sources may submit a quote, which if timely
received will be considered by this agency. Defense Priorities and
Allocations System (DPAS) assigned rating: DO S10. Offers are due no
later than close of business 4:30 pm (PST) on 10 December 98. Wage
rates will be applied for area where work is being done after resulting
award. Posted 12/03/98 (W-SN276967). (0337) Loren Data Corp. http://www.ld.com (SYN# 0023 19981207\D-0002.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|