Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2004 FBO #0774
SOLICITATION NOTICE

D -- Internet Services - NWS Office, Salt Lake City

Notice Date
1/8/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB1330-04-RQ-0027
 
Response Due
1/30/2004
 
Archive Date
5/30/2004
 
Point of Contact
Donald Caldwell, Contract Specialist, Phone (206) 526-4549, Fax (206) 526-6025,
 
E-Mail Address
donald.e.caldwell@noaa.gov
 
Description
This is a combined synopsis/solicitation for commercial items as prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The solicitation (Request for Proposal) number is AB1330-04-RQ-0027. The NAICS code for this acquisition is 518111 and the corresponding size standard is $21 million. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 01-18. A fixed price contract is anticipated. STATEMENT OF WORK. The National Oceanic and Atmospheric Administration, National Weather Service, Salt Lake City, Utah, requires the services of an Internet Service Provider for the Western Region Headquarters. That organization provides current and timely weather warnings and forecast information to the public. Western Region Headquarters provides this information to the public via its Web site and other dissemination means. During severe weather events, preventing life-threatening injuries and property damage are the National Weather Service?s main focus. It is essential that the connection to the Internet has the required bandwidth during critical weather events and that the contractor has redundant connections to Tier 1 providers, in case of a major line failure. The National Weather Service?s Western Region Web services must be available to the public 99.99% of the time, even in the event of natural disasters. The contractor must meet or exceed the following technical requirements: 1) Burstable (usage based) Internet Service. 2) Adjustable ceiling bandwidth limit, from 20mb/s to 90mb/s, with a guaranteed up time of 99.99% (multiple DS3 circuits are acceptable to meet the 90mb/s requirement). 3) Adjustable floor bandwidth setting, from 10mb/s and up. 4) Ability to change the floor and ceiling settings. The contractor must meet or exceed the following organizational requirements: 1) Own and operate global or nationwide IP network. 2) Maintain private peering with Tier 1 providers at multiple geographically diverse Network Access Point (NAP). A minimum of 7 access points must be maintained, throughout the U.S. and/or globally. 3) Provide redundancies in all aspects, from routers, power, and connections to other core cities. 4) Maintain a 24 hour 7 day a week Network Operation Center in which skilled personnel are available to promptly make any necessary changes and/or repairs. 5) Maintain the local loop on its own proprietary network. Ensure 99.99% connectivity and 100% control. 6) Operate a major IP POP in Salt Lake City, Utah, with multiple and diverse fiber routes out of the city. The backbone routes must be of significant size to handle the carrier?s traffic load out of the city; OC-12 and above is considered to be the appropriate range. Contractor must not backhaul IP traffic via long haul carrier to nearest IP POP. The POP must be located in a secure carrier class facility, with redundant power, generator backup, and seismic rating of 4 or above, to insure minimal down time in the event of a disaster. 7) Maintain a strong Anti-?Spam? policy to ensure its customer?s IP address space is not placed on "Black Lists" because of the abuse of other customers of the ISP. Specific tasks include: 1) Provide service to the Wallace F. Bennett Federal Building, 125 South State Street, Salt Lake City, Utah 84138, and terminate the service in the building Demarcation Point located on the 2nd floor, Room #2103. 2) Extend the provided service to the Extended Demarcation Point located on the 1st floor, Room #1227. 3) Provide Uninterruptible Power Supply (UPS) and power line conditioning equipment at the building Demarcation Point 4) Provide the router at the building Demarcation Point location. The Wallace F. Bennett Federal Building is a secure facility and requires all personnel to check in at the front guard desk during normal business hours (6:00 A.M to 5:00 P.M). All personnel will be issued a daily pass, which he/she will be required to wear at all times while in the facility. If contractor personnel require daily access to the Federal Building in excess of two consecutive days, visitor badges will be needed. The visitor badges will be arranged via the NWS for the contractor personnel. If the contractor requires truck deliveries of equipment or tools to the building, they are required to enter through the guard gate on the south side of the building for access to the delivery dock. Twenty-four hour prior notice of any truck delivery to the Wallace F. Bennett Federal Building is suggested. All personnel and equipment deliveries to the building are subject to search. For building access issues, the contractor shall contact the Contracting Officer?s Technical Representative (COTR) or the GSA Telecommunications Manager. Building telecommunications access is available on the north side of the building via 4 conduits, located in the basement, leading to the telecommunications cable access trench under 1st South Street. The Demarcation Point Location is 2nd Floor Room 2103. The Extended Demarcation Point Location is 1st Floor Room 1227. The contractor will be required to restore to the original condition any area that requires construction work, whether it be in the access to the building or in terminating its equipment in the Demarcation Point or Extended Demarcation Point location. The contractor is responsible for obtaining any needed construction permits and will be required to get the appropriate approvals from the GSA building manager prior to and at the termination of any construction work or the placement of any telecommunications equipment in the federal building. The contractor will be responsible for receiving the final approval from the GSA building manager and the GSA telecommunications manager at the end of the project. The contractor?s equipment installation must conform to the present relay rack architecture of the Demarcation Point location. The suggested size of the relay rack is 29" wide x 37" deep x 78" tall. All cabling must be installed in existing or vendor provided cable trays. All equipment and cable installs in the Demarcation Point location is subject to prior approval by the GSA Telecommunications Manager. Reporting Requirements: The contractor must provide project documentation to the NWS Contracting Officer?s Technical Representative within 30 days of award. The project documentation must include the following: Project Plan ( Project Scope, Network Configuration, Communications and Project Escalation Plan, Risk Strategies, Turn Up/Cut-over Plans); Project Team ? Roles and Responsibilities; Project Timeline; Customer Responsibilities (Power Requirements, Environment, Space, Conduit); Project Closure/Repair and Escalation Lists. PRICE SCHEDULE: A price schedule is not being established in this solicitation. Estimated usage is being provided and offerors are asked to price that out. The successful offer?s established rate schedule will be incorporated into the contract as the price schedule. Note that actual usage will likely vary from estimates. Changes in usage capacities will be ordered with technical direction letters. Construction costs will not be separately priced out. PERIOD OF PERFORMANCE: Five years. Installation must be completed within 90 days after receipt of a Notice of Award letter. PROPOSAL PREPARATION: Proposals shall be prepared in accordance with FAR 52.212-1, Instructions to Offerors - Commercial Items. Submission of offers to include: 1) a price proposal, based on the following usage estimate: a floor of 10mb/s, burstable to 45mb/s, cap of 45mb/s for 18 months; a floor of 20mb/s, burstable to 45mb/s, cap of 45mb/s for 18 months; a floor of 40mb/s, burstable to 90mb/s, cap of 90mb/s for 34 months 2) catalogue or other documentation showing established rates 3) company name, address, telephone number, fax number, and DUNS number; and 4) a response to the evaluation criteria listed below. Responses should not exceed four pages. The offer shall also include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items applies. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies. Add the following addenda: FAR clauses 52.214-34, 52.214-35, 52.217-8, 52.217-9, 52.219-4, 52.219-8, 52.219-23, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-34, 52.219-8, 52.222-3, 52.233-3. CAR clauses 1352.201-70, 1352.201-71, 1352.215-71 and 1352.233-71. Full text of FAR clauses can be found on http://www.arnet.gov/far. Full text of CAR clauses can be found on www.oamweb.osec.doc.gov/APP/cartoc.htm under ?local clauses.? EVALUATION. FAR 52.212-2, Evaluation-Commercial Items applies. The contract resulting from this solicitation will be awarded to that responsible offeror submitting a technically acceptable proposal, and offering the lowest evaluated price. Technical acceptability will be determined by using the following evaluation criteria. In order to be determined technically acceptable, the offeror must be technically acceptable in each of three factors. 1) Offeror must have been satisfactorily providing similar services for at least three years. The offeror can provide whatever information it feels acceptable to demonstrate this. Offerors should also be aware that the Government may use information other than that provided in the technical proposal in evaluating this factor. 2) Offeror must be able to meet or exceed the specified bandwidth requirements and usage estimates. 3) Offeror must demonstrate how it will ensure 99.99% availability of services. Proposals are due to the Acquisition Management Division, Western Administrative Support Center, at the address noted above no later than 2:00 PM (local time) 30 January 2004. Facsimile or e-mail offers are not acceptable. All offers received by the required due date will be considered. The Western Administrative Support Center, Acquisition Management Division, requires that all contractors doing business with this acquisition office must be registered with the Central Contractor Registry (CCR) before October 1, 2003. After this date, NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following web site: http:///www.ccr.gov/ . In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800)333-0505.
 
Place of Performance
Address: Utah
 
Record
SN00500513-W 20040110/040108211931 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.