Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2004 FBO #0992
SOLICITATION NOTICE

D -- Internet Service Subscription

Notice Date
8/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
518111 — Internet Service Providers
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
 
ZIP Code
20032-0305
 
Solicitation Number
FA7012-04-T-0105
 
Response Due
9/7/2004
 
Archive Date
9/9/2004
 
Point of Contact
Randy Solomon, Contracting Specialist, Phone 202-767-7956, Fax 202-767-7887, - Valerie Gaines, Contract Specialist, Phone 2027678036, Fax 202-767-7887,
 
E-Mail Address
randy.solomon@bolling.af.mil, valerie.gaines@bolling.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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. FA7012-04-T-0105 and is 100% set aside for Small Business. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24. This requirement will be set aside for small business. The North American Industry Classification System (NAICS) code is 518111. The corresponding SIC Code is 7375 and the size standard is $21,000,000. LINE ITEM: 0001 Internet Service Subscription for Bldg 4439 (Bolling Library Services) and Bldg 4485 (Youth Center), performance period is scheduled from 1 October 2004 through 30 September 2005, QTY: __12 months__ UNIT PRICE PER MONTH: $___________, EXTENDED PRICE: $___________. INSPECTION AND ACCEPTANCE TERMS: Supplies/services will be inspected by Quality Assurance personnel and accepted at the job site. DESCRIPTION/STATEMENT OF WORK (SOW): TO PROVIDE CONTINUOUS INTERNET SERVICE TO BUILDING 4439 (BASE LIBRARY) AND BUILDING 4485 (YOUTH CENTER) AND TO PROVIDE, INSTALL, AND MAINTAIN RELATED EQUIPMENT AS NEEDED 1. DESCRIPTION OF SERVICES: Installation of all equipment including labor to provide Internet service utilizing a dedicated T1 line. The successful contractor will provide internet services without extending or diminishing the scope of the current contract or any disruption of the current Internet service. The successful contractor must also provide proof of system compatibility with existing T1 line. 2. SERVICE REQUIREMENTS: 2.1. Contractor shall provide 24 hours, 7 days a week Internet service and maintain any equipment needed to provide the requested service. 2.2. Contractor shall provide 24 hours, 7 days a week on-site and/or remote technical support for all network and/or hardware related problems. 2.3. Contractor shall provide all equipment necessary to support approximately 25 client PCs. Contractor shall install and configure all applicable network equipment. Contractor shall replace all network related equipment needed to provide the requested service. 2.4. Contractor shall provide firewall services to protect the network from external threats. Contractor shall configure newly purchased network equipment (recommended by vendor) to prevent external threats. 3. CONTRACTOR REQUIREMENTS: The contractor must have experience in providing continuous internet service, with the ability to troubleshoot and correct any interruptions in internet service. 3.1. Contractor will provide a full network diagram showing locations of all the network connections, switches, and routers. 3.2. Contractor shall bear all cost of maintenance including labor, parts, travel, and such expenses as necessary to maintain equipment in operating condition, provided that the required repairs are not due to the fault or negligence of the government. 3.3. Contractor shall proved full on-site maintenance for equipment items identified at each site (Bldg 4439 and Bldg 4485). All equipment currently placed under the existing maintenance service agreement is in good operating condition. 4. PROTECTION OF REAL PROPERTY: The contractor shall take all necessary precautions to ensure no damage to Government Real Property. All damages to such property and furnishings shall be repaired or replaced as recommended by the government?s technical representative and approved by the Contracting Officer (CO) at no additional cost to the government. 4. WORK SCHEDULE: The contractor shall coordinate the initial scheduling of work with the government?s technical representative, and the Contract Administrator prior to commencing work. Hours of operation shall be form 7:30 am to 4:30 pm. If the contractor requires different work hour schedule, a written justification must be submitted to the Contracting Officer. 5. SAFETY: The contractor shall be responsible for all means and methods as they relate to safety and shall comply with all local, state, and federal requirements. All personnel shall be instructed to be mindful of maintaining a safe environment for the facility occupants. 6. PRE-INSTALLATION REQUIREMENTS: Before installation services begin, the contractor shall inspect the work site and ascertain all information necessary to deliver effective performance of services. The contractor shall notify the government?s technical representative or CO of any conditions that prevent the suitable completion of the services. 7. DISPOSAL: It shall be the responsibility of the contractor to dispose and remove discarded materials from Bolling AFB to an off-base site, meeting all Local, County, State, and Federal Regulations. The contractor shall not use any of the installation dumpsters for disposal. 8. CLEANING: Contractor shall ensure the work area is free from debris upon completion of the project. 9. GOVERNMENT FURNISHED SERVICES: Water, electrical power, and lighting will be made available to the contractor by the government in the performance of their work. 10. SECURITY REQUIREMENTS: 10.1. Base Entry Passes. The contractor shall submit to the Contracting Office a list of employees, along with their social security numbers, that will work on base not later than five working days prior to start of work date. This will ensure base entrance passes for contractor employees and vehicle(s) entering Bolling AFB are processed in a timely manner. The contractor must complete AF Form 75, Request for Visitor/Vehicle Pass and DD Form 1172, Application for Uniformed Services Identification Card. Vehicle registration, proof of insurance, and a valid drivers license must be presented for all vehicles to be registered. Any lost vehicle and entry passes/badges shall be reported immediately to Security Forces and the Contracting Officer. 10.2. The contractor shall retrieve all identification media, including vehicle passes from employees who depart the company for any reason before the contract expires. 10.3. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering Bolling AFB, shall abide by all security regulations of the installation. 11. WARRANTY: The contractor shall provide a written warranty agreeing to repair or replace materials or workmanship that fails within the specified warranty period. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follow: 52.237-1, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), 252.212-7000 and 252.225-7000. Add paragraph (M), Site Visit: ?A site visit will be conducted at 10:00 a.m. EST on 20 Aug 04. Attendees must enter Bolling AFB through the south gate (visitors gate) off of interstate 295. (NOTE: IT WILL TAKE APPROXIMATELY 60 MINUTES TO OBTAIN A BASE PASS; THEREFORE, PLEASE ARRIVE AT THE VISTOR CENTER NO LATER THAN 8:45 A.M.) Attendees must have a picture ID, registration, and proof of vehicle insurance in their possession. All contractors must be at the Visitors Center on Bolling AFB, DC no later than 9:45 a.m. A representative from the Contracting Office will escort all parties from the visitors center to the site location. Each offeror may send up to two (2) representatives. For security reasons, offeror must submit full name and social security number of each representative by facsimile to Lt Randy Solomon at 202-767-7887 or email at Randy.Solomon@Bolling.af.mil no later than 11:00 a.m. EST on 19 Aug 04. Any questions after the site visit regarding this solicitation should be submitted IN WRITING by e-mail or faxed no later than 2:00 p.m. EST on 25 Aug 04 in order to be answered prior to proposal due date. (E-mail is the preferred method of communication). Offerors are not required, but strongly encouraged to attend the site visit. Add paragraph (N), ?Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text.? 52.212-2, Evaluation?Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.237-2, 52.237-3, 52.242-15, 52.252-2, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, 252.219-7011, 252.212-7001, 252.225-7001, 252.225-7002, 252.225-7009, 252.232-7003, 252.243-7001, 252.246-7000, 252.247-7023, and 5352.242-9000. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executives Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-33. All offers must be received no later than 2:00 p.m. EST on 7 Sep 04 to 11th CON/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail or facsimile. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR) prior to award. A contractor can contact the CCR by calling 1-888-227-2423 or internet at www.ccr.gov. The FAR clause web site is http://farsite.hill.af.mil. Questions concerning this solicitation should be addressed to Lt Randy Solomon, Contracting Specialist, Phone (202) 767-7956, Fax (202) 767-7887, E-mail to Randy.Solomon@Bolling.af.mil.
 
Place of Performance
Address: 11 CONS/LGCO 11 Luke Avenue, Ste 200 Bolling AFB, DC
Zip Code: 20032
Country: USA
 
Record
SN00642552-W 20040814/040812212354 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.