Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2005 FBO #1157
SOLICITATION NOTICE

D -- Alaska Data Network Connectivity

Notice Date
1/24/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM NATIONAL BUSINESS CENTER BC662, BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
NBQ050018
 
Archive Date
1/24/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items as prepared in accordance with 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. The solicitation number is NBQ050018 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 01-27. This is an unrestricted acquisition under NAICS 517110 for which the corresponding size standard is 1,500 employees. CLINs X001 through X011 are established for recurring monthly charges for data network connections at the identified data bandwidths for each of the following BLM Alaska facilities, respectively; Alaska State Office in Anchorage - 10 Mb/s; Campbell Tract Facility in Anchorage - 1.5Mb/s; Juneau Field Office - 768 Kb/s; Northern Field Office in Fairbanks - 1.5Mb/s; Alaska Fire Service in Ft. Wainwright - 3 Mb/s; Ft. Yukon Fire Station - 256 Kb/s; Galena Fire Station - 768 Kb/s; Glenallen Field Office - 512 Kb/s; Kotzebue Field Station - 256 Kb/s; Nome Field Station - 256 Kb/s; Tanana Field Station - 256 Kb/s. CLINs X012 are established for recurring monthly charges for a data network connection with a 3 Mb/s bandwidth at the Service Provider's Collocation site (in order of preference; Seattle, Portland, some other continental U.S. location). CLIN 0013 is established for any nonrecurring charges on a lump sum basis. IP services should provide any-to-any connectivity and terminating services shall be an Ethernet connection provided by the Service Provider's router installed at a BLM location. The Service Provider shall deliver Quality of Service capable of providing separate prioritization settings for voice or video traffic, carry BLM's routing protocols, and supply a contiguous, private address scheme. Layer3 links in the Service Provider's router may use any valid address scheme. The Service Provider is required to supply power, inside wiring, rack space, and installation services (full secured collocation services) of 2 BLM provided routers, one of which will be in cold standby mode. The Service Provider is also required to bring up the cold standby router in the event of failure to the primary and/or at request of BLM in order to update the router with operational/security patches. The operational collocated router is the default internet gateway for all BLM Alaska offices. The Service Provider is also required to install 2 MCI vBNS T1s into collocation site on behalf of BLM thus allowing BLM to create a gateway between the service provider network and BLM's current national backbone. Services shall be delivered FOB Destination beginning March 1, 2005 (unless otherwise specified in Service Provider's offer). Acceptance of service shall occur at final delivery points. The provisions of FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition without any addenda to the provision. The provision of FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Compliance with the solicitation requirements and price are the factors to be used in the evaluation and are of equal importance. FAR provision 52.217-5 also applies to this acquisition. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representation\s and Certifications - Commercial Items, with its offer. Contract clause 52.212-4, Contract Terms and conditions - Commercial Items, applies to this acquisition with the following addenda to the clause; {CLINs may be incremental funding; the Government's liability shall be limited to funds obligated to the purchase order). FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to the acquisition to include clauses 52.203-6, 52.219-4, 52.219-8, 52.219-23, 52.222-3, 52.222-21, 52.222-26, 52-222-35, 52.222-36, 52.222-37, 52.232-33, and 52.239-1. Additional contract terms and conditions that apply to this acquisition include 52.203-3, Gratuities; 52.232-6, Payment under Communication Service Contracts with Common Carriers; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.242-13, Bankruptcy; 52.252-2, Clauses Incorporated by Reference (http://arnet.gov/far), and 52.217-9, Option to Extend the Term of the Contract (terms of 10 days, 10 days, and 5 years, respectively). Quotations are due no later than 5:00 P.M. mountain time on Thursday, February 3, 2005 and shall be submitted to the attention of the contracting officer, Charles Glover, by mail at the address identified above, fax (303-236-9470) or email (charles_glover@blm.gov).
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=835084)
 
Record
SN00739142-W 20050126/050124211953 (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.