Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 10, 2001 PSA #2889
SOLICITATIONS

D -- SYNCHRONUS DIGITAL SUBSCRIBER LINE (SDSL), INTEGRATED SERVICES DIGITAL NETWORK (ISDN), AND ISDN DIAL-UP INTERNET ACCESS

Notice Date
July 6, 2001
Contracting Office
Department of Commerce, Patent and Trademark Office (PTO), Office of Procurement, Box 6, Washington, DC, 20231
ZIP Code
20231
Solicitation Number
52PAPT101022
Response Due
July 31, 2001
Point of Contact
Raymond Witmer, Contracting Officer, Phone (703) 308-5064, Fax (703) 305-8294, Email raymond.witmer@uspto.gov
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR ?12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented by the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Proposals submitted in response to this solicitation shall reference RFP Number 52PAPT101022. This solicitation incorporates all of the applicable provisions and clauses in effect through Federal Acquisition Circular 97-27 as if stated in full text, as well as the terms and conditions of FAR ?52.212-1, Instructions to Offerors for Commercial Items, FAR ?52.212-3, Offeror Representations and Certifications -- Commercial Items, FAR ?13.3 -- Simplified Acquisition Methods, and the Department of Commerce Agency Level Protest Procedures listed at http://www.uspto.gov/web/offices/ac/comp/. A manageable number of blanket purchase agreements (BPAs) will be awarded as a result of this solicitation to perform and complete the tasks described herein. This solicitation will deem acceptable only those services that meet the description of a commercial item as given in FAR ?2.101 Definitions. Objective: This is a full and open competitive procurement. The USPTO has a requirement for commercial grade/business class SDSL, IDSL, and ISDN Dial-Up Internet Access connections in the Metropolitan Washington area within a 50-mile radius of Arlington, Virginia; within a 50-mile radius of Staunton, Virginia; within a 50-mile radius of Harrisburg, Pennsylvania; and within a 50-mile radius of Boston, Massachusetts for Trademark Work At Home (TWAH) and Patent Work at Home (PWAH) examiners. While no other locations requiring service have been identified at this time, any service provider must provide SDSL installation and maintenance nation wide should the requirement arise in other parts of the country. Technical/Functional Requirements: The commercial item services proposed in response to this solicitation must provide USPTO Trademark Examining Attorneys and Patent Examiners with electronic access to the Internet using SDSL, IDSL, and ISDN Dial-UP connections. The contractor shall install commercial grade/business class SDSL in the examiner's home and provide uninterrupted SDSL service at the designated bandwidth with availability 99.7% of the time except for scheduled maintenance. Scheduled maintenance of the network shall not be performed between the hours of 6:00 AM and 10:00 PM, Monday through Friday, and the contractor shall notify each Government user of its intent to perform scheduled maintenance at least one week in advance of performing said maintenance. In addition, the contractor shall perform installations and provide maintenance at the request of the government, monitor the SDSL circuits 24 hours a day, 7 days a week, and restore a faulty line to a serviceable condition within four hours of notification by a government user or at first awareness of a failure. The schedule for installation, including the local loop, shall not exceed calendar sixty days from the date that the Government provides the locations for installation to the contractor. The bandwidth requirements for the SDSL are 384 Kbps for TWAH and for PWAH. If 384 Kbps is not available for a specific TWAH user, then 128 Kbps IDSL is acceptable. For PWAH users, the bandwidth cannot be less than 384 Kbps. The SDSL local loop connections between the examiner's home and the contractor's facility shall be arranged by the contractor and provided through a local exchange carrier. The contractor shall be responsible for ordering, installing, monitoring, testing, repair, and all other related activities regarding the local exchange carrier and the SDSL local loop connection. The contractor shall contact the government user to arrange access to his/her home at a mutually agreeable date and time. The contractor shall provide all necessary hardware including, but not limited to, routers, modems, and cabling for a complete installation in the government user's home including any additional wiring inside the residence to the desired location where the equipment shall be installed. The use of a Virtual Private Network (VPN) or VPN Protocol shall be permitted for use with the DSL. It is highly desirable that the contractor have Tier 1 peering arrangements with other Internet Service Providers (ISPs). The ISDN Dial-Up Internet Access line shall be capable of providing dial-up Internet access at a rate of 128 Kbps over one or two 64 Kbps channels, using a standard telephone line. The ISDN Dial Up line shall provide Internet access through local Points of Presence (POP) that are available to users by dialing a local number from their home and, for the SDSL, that are located in the same geographic areas. The government will provide the ISDN Basic Rate Interface (BRI) line through the government user's local phone company utilizing another contract vehicle. The contractor shall provide installation, equipment, maintenance, and availability for the ISDN Dial-Up Internet Access service. The contractor or his agents shall be liable for any damages to the government user's home or personal possessions that occur during the initial installation or later maintenance of the SDSL, IDSL, and ISDN Dial-Up Internet Access lines.=20 Evaluation: The Government may award a manageable number of blanket purchase agreement(s) for commercial services using the Optional Form 347 ORDER FOR SUPPLIES OR SERVICES. Award(s) resulting from this solicitation will be made to the Offeror(s) whose proposal(s), conforming to the solicitation, will be the most advantageous and represent the best value to the Government and may be made at any time during the evaluation process. Evaluation will be done in sequential steps. During Step 1 the Contracting Officer will ensure that Offeror submissions have been received prior to the time and date identified in the Synopsis/ Solicitation document. An Offeror who fails to provide the information prior to the time required by the Synopsis/Solicitation document shall not be considered for further evaluation. During Step 2 the Contracting Officer will evaluate each Offeror's submission for completeness and ensure that each Offeror has provided the information required by the Synopsis/Solicitation document, except for the certification required by #12 below, within the 10 single sided page limitation. The Offeror must provide: 1) a brief written description of its ability to meet the technical/functional requirements; 2) a list of at least three references; 3) the prices used by the Offeror in its commercial service for the services identified in the table below; 4) a description of its ratio of subscription to bandwidth (the ratio may not exceed 4:1) and how it would prevent over subscription to the point where overall performance becomes unacceptable; 5) a network diagram; 6) a description of its peering relationships with Internet Service Providers (ISPs); 7) the percentage of Central Offices where SDSL, IDSL, and ISDN Dial-Up Internet Access service is provided within a 50 mile radius of the locations given above; 8) its maximum distance between residences' SDSL, IDSL, ISDN Dial-Up Internet Access lines and the Central Office; 9) a description of average latency in the contractor's network; 10) a description of its escalation procedures in the event of a critical problem; 11) verification of liability insurance; and 12) an explanation of how it meets the requirements as stated in Section 508 of the Rehabilitation Act of 1973; see Instructions/Notice to Offerors for greater detail on this requirement. =20 The offeror shall provide pricing information on the following Contract Line Item Numbers (CLINs): CLINs 1-9 are mandatory. CLIN 001 384 Kbps SDSL Internet monthly recurring charge. CLIN 002 384 Kbps SDSL Internet installation charge. CLIN 003 384 Kbps SDSL Internet equipment charge. CLIN 004 384 Kbps SDSL Internet monthly equipment maintenance charge. CLIN 005 128 Kbps IDSL Internet monthly recurring charge. CLIN 006 128 Kbps IDSL Internet installation charge. CLIN 007 128 Kbps IDSL Internet equipment charge. CLIN 008 128 Kbps IDSL Internet monthly equipment maintenance charge. CLIN 009 128 Kbps ISDN Dial-Up Internet Access Service with unlimited Internet access via a local POP monthly recurring charge. =20 CLINs 10-22 are highly desireable. CLIN 010 128 Kbps ISDN Dial-Up Internet Access Service installation charge. CLIN 011 128 Kbps ISDN Dial-Up Internet Access Service monthly equipment charge. CLIN 012 128 Kbps ISDN Dial-Up Internet Access Service equipment maintenance charge. CLIN 013 384 Kbps SDSL Private monthly recurring charge. CLIN 014 384 Kbps SDSL Private installation charge. CLIN 015 384 Kbps SDSL Private equipment charge. CLIN 016 384 Kbps SDSL Private monthly equipment maintenance charge. CLIN 017 128 Kbps IDSL Private monthly recurring charge. CLIN 018 128 Kbps IDSL Private installation charge. CLIN 019 128 Kbps IDSL Private equipment charge. CLIN 020 128 Kbps IDSL Private monthly equipment maintenance charge. CLIN 021 T1 from contractor to USPTO for private DSL. CLIN 022 T3 from contractor to USPTO for private DSL. During Step 3 the Government will evaluate each proposal to determine the probability that the vendor can meet all the mandatory requirements given as CLINs 1 through 9 above while being fully compliant ?1194.25. However, should the number of Offerors appearing capable of meeting the technical/ functional requirements and the standards of ?1194.25 be overly large, the Government will use the Offeror's ability to provide the highly desirable features included as CLINs 10 through 22 above, the Offeror's past performance to down select for further consideration a manageable number of Offeror's with a reasonable chance for award. The Government will reach a concurrence on the ability of the Offeror to meet the mandatory requirements, the applicable 508 standards described below, and highly desirable features. During Step 4, the Government intends to award multiple Blanket Purchase Agreements to SDSL providers but reserves the right to award only one BPA. The Government will review the results of the investigation of past performance, determine the probability of the Offerors to meet the mandatory requirements and highly desirable features, and down select those Offerors with a reasonable chance for award. Instructions/Notice to Offerors: To meet mandatory 508 compliance, the offeror shall explain how he/she meets the requirements as stated in Section 508 of the Rehabilitation Act of 1973. The specific area that must be addressed for compliance for this solicitation is Self-contained, Closed Products (36 CFR part 1194.25). The standards for these areas may be found at file:////ws03223/Documents_Forms/508_Docs/More_on_508_standards.html Offerors are required to submit one signed and dated hard copy original and four (4) hard copy duplicates of the proposal. An electronic copy of the proposal is highly desired but not mandatory. The proposal shall be brief and concise, limited to 10 one-sided pages not counting the Section 508 compliance described above, but shall unquestionably demonstrate the Offeror's ability to provide the required SDSL service and further demonstrate an understanding required to perform the effort described herein as well as its experience with SDSL service that is normally needed to accomplish the services required. The Offeror shall also provide a brief description of the architecture and infrastructure that will be used to perform the required service and provide an explanation of its recommended technical approach for the accomplishment of the tasks described herein. =20 The offeror shall identify a minimum of three Federal, state, local government, or private contracts or similar arrangements under which it has performed work similar to the requirement described herein. Past performance references should be current contracts or other arrangements completed within the last three [3] years. The offeror shall provide a point of contact including current telephone and fax numbers and e-mail address for each reference. These references must be submitted with the offeror's proposal by the due date stated herein. Proposals shall include a copy of the provision at FAR ?52.212-3 Offeror Representation and Certification of Commercial Items, a copy of which may be obtained from the point of contact given below. Proposals shall also include a completed copy of the provision at FAR ?52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. A copy of these provisions may also be obtained by contacting the point of contact. Any award or awards resulting from this announcement will include FAR ?52.212-4 Contract Terms and Conditions -- Commercial Items and FAR ?52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, each of which is available from the point of contact. The proposal must include company name, address, telephone and fax numbers, e-mail address, and point of contact. All proposals must be submitted to Raymond Witmer and must be received by 2:00 PM (EST) on July 31, 2001. Hard copy materials must be sent to U.S. Patent & Trademark Office, 2011 Crystal Drive, Crystal Park 1, Suite 810, Arlington, VA 22202. Any electronic copy of the proposal, the inclusion of which is optional, must be sent to raymond.witmer@uspto.gov. An electronic copy of this solicitation, as any additional information on the procurement, may be found at http://www.uspto.gov/web/offices/ac/comp/proc/. All proposal materials, both hard copy and electronic, must be received by the above date. Point of Contact: The primary point of contact for information regarding this solicitation is Raymond Witmer at (703) 308-5064 for voice, (703) 305-8294 for fax, and raymond.witmer@uspto.gov for e-mail. The secondary point of contact is Brenda Carswell at (703) 305-9127 for voice, (703) 308-5484 for fax, and brenda.carswell@uspto.gov for e-mail.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DOC/PTO/OPDC20220/52PAPT101022/listing.html)
Record
Loren Data Corp. 20010710/DSOL002.HTM (D-187 SN50R0D3)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on July 6, 2001 by Loren Data Corp. -- info@ld.com