Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2004 FBO #1110
SOURCES SOUGHT

99 -- COMMERCIAL COMMUNICATION SERVICES

Notice Date
12/8/2004
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-04-R-00748
 
Response Due
12/22/2004
 
Description
The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), Oklahoma City, Oklahoma, has a requirement for Commercial Communication Services. The contractor will be required to provide a comprehensive set of local exchange access services, analog and digital access transport services, and a inter-and intra-Local Access Transport Area (LATA) interconnect function. The Contractor shall provide all transmission facilities, equipment, materials, maintenance, test equipment, and design layout needed to perform and provide local access and transport services and functions at the designated demarcation point. The primary demarcation point will be the MMAC located at 6500 South MacArthur Blvd. Oklahoma City, OK, in the Aviation Records Building (Bldg. 22) room B24. Additional demarcation points exist at 3601 Thomas Road, 4400 Will Rogers Parkway, 6601 Southwest 74th Street, and 55 North Robinson Avenue. Local Exchange Carrier telecommunication services shall include all local services, emergency services, and back-up services to the demarcation point of the MMAC. Requirements are defined further in the Statement of Work (SOW). The current version of the Statement of Work (SOW) is provided as a separate document under this Announcement/Screening Information Request1 (SIR1). This Announcement/SIR1 is to request information that will enable the FAA to make a screening decision to determine qualified firms that have the ability to perform these services. Firms are to submit an FAA Business Declaration form with your response to this Announcement/SIR1 in order to determine if there are sufficient Small Businesses or 8(a) concerns that are determined qualified to perform these services. The form is provided as a separate document under this Announcement/SIR1. This acquisition will use streamlined acquisition procedures employing best practices for competitive negotiated procurements as authorized by the Federal Aviation Administration Acquisition Management System (AMS) of 1997. Offers will be evaluated and contract award made on the basis of "Best Value to the FAA". The contract has a potential duration of five (5) years including a base year with four (4) 1-year options to be exercised at the sole discretion of the Government This acquisition contemplates a phased approach. This, the initial phase, involves the Announcement/SIR1 of the requirement in order to permit companies an opportunity to express an interest in this requirement. Only those firms that respond successfully to this announcement/SIR1 will be allowed to participate in the next phase. The remaining phase(s) of the downselect process will be identified in future communications with those firms that successfully respond to this Announcement/SIR1. Companies that are interested and possess certain special standards of responsibility are to provide specific information as to the unique capabilities to be brought to the performance of this requirement. The specific information provided must be accurate and complete because it will be used to determine each vendor's eligibility to participate. Documentation must be provided to substantiate any statement of fact that goes to the vendor's eligibility pursuant to this Announcement/SIR1. The FAA reserves the right to contact references and verify each vendor's information. Any statement included in a vendor's response that is verified by the FAA as either false or misleading will be cause for rejection. All documentation is limited to 25 pages (8-1/2"x11", printed on one side). Failure to comply with this page limitation may be cause for rejection of a vendor's response. CAUTION: FAA evaluators will read only up to the page limit as specified. Four copies are requested. Mere statements of compliance or intention to comply are unacceptable. All responses submitted must address the capability of the vendor to meet the special standards of responsibility. SPECIAL STANDARDS OF RESPONSIBILITY: The following information must be addressed in each vendor's submission in order for the FAA to determine a vendor's eligibility to participate further in any subsequent SIR. (Note: Each submission will be evaluated on an "acceptable/unacceptable" basis. Where a submission is found to be unacceptable in any area of a special standard of responsibility, the entire submission will be considered unacceptable). 1. Experience: (a) In order to be determined acceptable vendors must have five years experience in performing Commercial Communication Services as identified in the attached SOW. In evaluating experience of vendors whose experience was attributed to a pre-existing or through a previous company, any such experience will be considered. The vendor's documented experience shall consist of a list of contracts containing the following information: (i) Contract number, type, and beginning and ending dates (ii) Contracting agency or business (e.g., DOD, FAA, NASA, any Federal agency, State of Oklahoma, etc.) (iii) Original contract dollar value and final contract dollar value (including options) (iv) A brief description of the contract effort (v) Name, address, telephone and FAX numbers for the Government Contracting Officer(s); for non-government contracts, provide the name, address, telephone and FAX numbers of business point of contact, liaison, etc. (b) Where inquiries made reveal the vendor's performance was unsatisfactory (e.g., terminated for default {partial or complete}, cure notice(s) issued, adverse administrative findings by government agencies at the federal, state or local level, etc.), the vendor will no longer be eligible to continue in the process. 2. Technical Expertise: In order to be determined acceptable vendors must have the ability to provide all the required services identified in the SOW and Appendix A. (a) Vendor must provide documentation to substantiate their ability to provide a state-of-the-art central office with a switch such as a Western Electric Number 5ESS, Northern Telecom DMS-100, or equivalent. (b) Vendor must provide documentation to substantiate their ability to provide two or more routes connecting the serving central office to the existing MMAC Demarcation point such that a single failure in the outside plant facilities will not result in a disruption of greater than 200 milliseconds and no established call will be dropped as a result of a single point of failure. (c) Vendor must provide Certificate of Convenience and Necessity (CCN) or Grandfathered Authority as defined by the Oklahoma Corporation Commission Telecommunications Services rules (Title 165, Chapter 55). (d) Vendor must provide documentation to substantiate their ability to provide full payphone services. Interested firms that can comply with and meet the special standards of responsibility addressed in this Announcement/SIR 1 should respond with their documentation in writing to: Federal Aviation Administration Mike Monroney Aeronautical Center NAS Contracting Division Attn: AMQ-210/Phyllis Townsley Room 321, Multi-Purpose Building 6500 South MacArthur Blvd. P.O. Box 25082 Oklahoma City, OK 73125-4933 Note: For overnight mail the ZIP code is 73169 The date and time for receipt of responses is 3:30 p.m. local time, December 22, 2004, (facsimile responses are not permitted). Any responses received after 3:30 p.m., December 22, 2004, will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. If all requested information is not furnished, the vendor's response may be determined unacceptable; therefore, not considered as one of the qualified companies. Oral or written communications with offerors, during the screening process, will be conducted if the FAA deems communication is necessary. AMS Provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, and AMS Provision 3.9.1-3, PROTEST, are applicable to this SIR. Upon request, the Contracting Officer will make the full text available, or offerors and contractors may obtain the full text via Internet at: http://fast.faa.gov (on this web page, select "Contract Writing/Clauses").
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=3921)
 
Record
SN00718472-W 20041210/041208211731 (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.