Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2005 FBO #1349
SOLICITATION NOTICE

D -- Telephone Trunking Services

Notice Date
8/4/2005
 
Notice Type
Solicitation Notice
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
N68836-05-R-0029
 
Response Due
8/24/2005
 
Archive Date
12/31/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 unrestricted and the Government intends to award as a sole source contract to TDS Telecom dba Camden Telephone Company. NAICS Code 811219, size standard $6.0M. The contract will be for a base year, 1 Oct 2005 thru 30 Sep 2006, with two one-year options. The Government requires lease commercial network services for Integrated Services Digital Network (SDN) Primary Rate Interface (PRI) trunks providing a high capacity access path/interface to the Public Switch Telephone Network (PSTN) supporting simultaneous access, transmission and switching of voice, data and image services. Trunking services shall be provided at Naval Submarine Base, Kings Bay, Georgia. Requirement: A 4-T1 PRI Group providing 94 ?B? channels and 2 ?D? channels, one primary and one backup. Includes number range of 9,000 numbers plus applicable FCC charges. Item 0001: ISDN-PRI B channel plus D channel, 4 each. Item 0002: Direct Inward dialing per number first 100 numbers, 100 each. Item 0003: Direct Inward dialing per number in excess of 100, 999 each. Item 0004: Direct Inward dialing per number in excess of 100, 999 each. Item 0005: Direct Inward dialing per number in excess of 100, 999 each. Item 0006: Direct Inward dialing per number in excess of 100, 999 each. Item 0007: Direct Inward dialing per number in excess of 100, 999 each. Item 0008: Direct Inward dialing per number in excess of 100, 999 each. Item 0009: Direct Inward dialing per number in excess of 100, 999 each. Item 0010: Direct Inward dialing per number in excess of 100, 999 each. Item 0011: Direct Inward dialing per number in excess of 100, 908 each. Item 0012: ?D? Channel backup, 1 each. Item 0013: PRI Access Facility Mileage Charges per PRI (rounded 4 miles), 16 each. Item 0014: Federal Subscriber line charge-5 per arrangement, 20 each. Item 0015: ISDN PRI Line port charges per arrangement, 4 each. Item 0016: Misc charges (long distance, Federal Universal Service Charge, etc), estimated cost for each year. Services include customer trouble reporting 24 hours per day, seven days a week. Network operation center escalation procedures and contact names will be provided after contract award. Connect to the Government furnished telephone system via a DSX panel. To be considered for award, offeror?s must be registered in 1) Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov; 2) Central Contractor Registration at http://www.ccr.gov; and 3) Wide Area Work Flow at https://wawf.eb.mil for electronic submission of invoices. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text: The full text of the regulations can be accessed on the internet at www.arnet.gov/far. 52.204-7 Central Contractor Registration; 52.204-8 Annual Representations and Certifications; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 Instructions to Offers-Commercial; 52.212-2 Evaluation-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items to include 52.203-6, 52.222-19, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.225-15, and 52.232-33; 52.233-2 Service of Protest. The following DFARs provisions and clauses apply to this acquisition: 252.204-7004 Central Contractor Registration Alternate A; 242.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense Contract-Related Felonies; 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7031 Secondary Arab Boycott of Israel; 252.232-7003 Electronic Submission of Payment Requests; 252-243-7001 Pricing of Contract Modifications; 252-247-7022 Representation of Extent of Transportation of Supplies by Sea. Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. The contract resulting from this solicitation will be awarded to that responsible offeror whose offer, conforming to the solicitation, is determined most advantageous to the Government, cost/price and other factors considered. The Government reserves the right to make an award to other than the lowest priced offeror or the offeror with the best value. Evaluation factors are 1) Technical Capability (capability of the contractor to meet the requirement) 2) Cost/Price 3) Past Performance. Evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Government will assess each offeror?s past performance. The assessment will be an unbiased judgment about the quality of an offeror?s past performance. The Government will assess the offeror?s past performance of (1) Quality of Product or Service (2) Schedule (3) Cost Control (4) Business Relationships. Past Performance Evaluation Sheet available upon request. Cost/Price will be evaluated for realism. Parties responding to this solicitation may submit their offer in accordance with standard commercial practice (e.g. company letterhead, formal quote form, etc) but must include the following information: 1) company complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) CAGE Code 4) Dun & Bradstreet number 5) Taxpayer ID number 6) Statement of Conformance with specifications. Proposal must be received no later than 24 Aug 2005 at 4:00 pm EST. Submit to: Fleet and Industrial Supply Center, 110 Yorktown Ave Third Floor, PO Box 97, Naval Air Station, Jacksonville, FL, 32212-0097 or fax to 904-542-1098. This procurement is being processed under the authority of the test program for commercial items, ?Section 4202 of the Clinger-Cohen Act of 1996?.
 
Place of Performance
Address: Naval Submarine Base Kings Bay Georgis
Zip Code: 31558
Country: United States
 
Record
SN00862703-W 20050806/050804212717 (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.