Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2006 FBO #1719
MODIFICATION

D -- Telecommunications Support Services for Corpus Christi, Ingleside and Fort Worth, Texas

Notice Date
8/9/2006
 
Notice Type
Modification
 
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
N68836-06-R-0049
 
Response Due
8/18/2006
 
Archive Date
12/30/2006
 
Point of Contact
Carol Foulk, Contract Specialist, Phone (904) 542-1062, Fax (904) 542-1098,
 
E-Mail Address
carol.foulk@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
PERIOD OF PERFORMANCE is changed to one year from 1 Oct 2006 through 30 Sep 2007. Delete requirement for four option years. Proposed option year prices will not be evaluated. PLACE OF PERFORMANCE: Add Naval Station Kingsville, Texas to paragraph 1.0 of the Statement of Work. NUMBER OF HOURS FOR KINGSVILLE: 1,000 hours within the Principal Period of Performance (PPP). 40 hours outside the PPP. TYPE OF CONTRACT is modified to read: The Government intends to award a firm fixed-price type contract for one year. Kingsville Wage Determination is the same as Corpus Christi and Ingleside. QUESTIONS AND ANSWERS: 1. Number of hours per location: 2,000 hours each PPP for Fort Worth and Corpus Christi, 1,500 hours PPP for Ingleside, and 1,000 hours within PPP and 40 hours outside PPP for Kingsville. 2. Breakdown of Installation and Repair: there is no break down but is estimated at 10% or less on OSP 3. Ancillary equipment: proprietary digital phone and any analog instruments designed to meet customer requirement to complete their mission. Key systems, accessories, other than the main switch. Refers to Government-owned and -leased telecommunications services, facilities, equipment such as stationary and cordless telephones, telephone equipment and features, paging systems, dialers, and intercommunication systems (intercoms), access to the DSN, FTS2000, DIOD trunks; teleconferencing (voice and video) equipment; modems; voice transmission facilities ; premises (including campus) distribution systems; and switched and non-switched services, systems, and PBX power equipment such as rectifiers and batteries. In addition it also includes, but is not limited to, facilities to support voice, video, fiber optics, and voice paging. 4. Switch equipment, such as voice key system or PBX: Each Texas base has a MERIDIAN OPT81C switch and some NORSTAR key systems plus Corpus Christi has some older COMDIAL key systems. There are fiber connections for remote equipment to the PBXs. 5. Clarification: Any equipment vendor advertisement for new or updated telecommunications equipment and switch advisories for switch vendor. 6. Clarification: All internet connections is managed by EDS for NMCI. 7. Storage of inventory surplus equipment: Any surplus equipment that is Government-owned will be returned to the BCO for storage. Any surplus equipment belonging to the contractor will be stored by the contractor within the contractor’s facility. 8. On base office space: No office space. There will be space where the techs can complete their paper work in the main BCO. 9. Involvement in FTS, COMSTAT or AUTOVON: Only involvement would be to keep the termination equipment in the switch up and operational. 10. For Ingleside: The telephone system configuration is a host NORTEL OPTION 81C VER. 25.47 switch with two fiber remotes. In addition there is one 0X32 fiber, two 8X24 and one ICS MERIDIAN NORSTAR key systems. END OF QUESTIONS AND ANSWERS. THIS ANNOUNCEMENT WILL CLOSE AT 2:00 P.M. EST ON 18 AUG 2006. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Reference number is N68836-06-R-0049. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-11 and DFARS Change Notice 20060711. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . Offeror’s should contact the person identified in this synopsis/solicitation for a copy of the Statement of Work and the Past Performance Evaluation Sheet. PLACE OF PERFORMANCE: Corpus Christi, Ingleside and Fort Worth, Texas. The applicable Wage Determinations may be viewed at http://www.wdol.gov/wdol/scafiles/std/94-2507.txt (for Corpus Christi and Ingleside) and http://www.wdol.gov/wdol/scafiles/std/94-2513.txt (for Fort Worth) The NAICS code is 811213 and the Small Business Standard is $6.5 million. This is a 100% Small business set aside. Offeror’s should complete their representations and certifications at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov . The Fleet and Industrial Supply Center Jacksonville Florida requests responses from qualified sources capable of providing Telecommunication Support Services. Numbered Note 1 applies. 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. SCHEDULE OF PRICES FOR INGLESIDE ARE for 1,500 for PPP and 40 for outside PPP. SCHEDULE OF PRICES FOR CORPUS CHRISTI AND FORT WORTH are shown: 0001 Base Year - Hours estimated per year. Period of Performance: 1 Oct 2006 through 30 Sep 2007 Item 0001AA - Hours estimated per year during the principal period of performance (PPP) are 2,000. Item 0001AB - Hours per year outside the PPP are 100. Item 0001AC - The estimated cost for materials will be established by the Government and will be indicated as an estimate. 0002 First Option - Hours estimated per year. Period of Performance: 1 Oct 2007 through 30 Sep 2008 Item 0002AA - Hours estimated per year during the principal period of performance (PPP) are 2,000. Item 0002AB - Hours per year outside the PPP are 100. Item 0002AC - The estimated cost for materials will be established by the Government and will be indicated as an estimate. 0003 Second Option -Hours estimated per year. Period of Performance: 1 Oct 2008 through 30 Sep 2009 Item 0003AA - Hours estimated per year during the principal period of performance (PPP) are 2,000. Item 0003AB - Hours per year outside the PPP are 100. Item 0003AC - The estimated cost for materials will be established by the Government and will be indicated as an estimate. 0004 Third Option - Hours estimated per year. Period of Performance: 1 Oct 2009 through 30 Sep 2010 Item 0004AA - Hours estimated per year during the principal period of performance (PPP) are 2,000. Item 0004AB - Hours per year outside the PPP are 100. Item 0004AC - The estimated cost for materials will be established by the Government and will be indicated as an estimate. 0005 Fourth Option - Hours estimated per year. Period of Performance: 1 Oct 2010 through 30 Sep 2011 Item 0005AA - Hours estimated per year during the principal period of performance (PPP) are 2,000. Item 0005AB - Hours per year outside the PPP are 100. Item 0005AC - The estimated cost for materials will be established by the Government and will be indicated as an estimate. Offeror’s shall provide unit prices for each SubCLIN (i.e. 0001AA, 0001AB, 0002AA, 0002AB, etc) for each LOCATION. Base year Period of performance is 01 October 2006 through 30 Sep 2007 with four option years. Option year prices will be evaluated with initial offer. The Government intends to award a time and materials requirements type contract for the base year with four option years. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.219-4 Notice of price evaluation preference for HUBZone small business concerns, 52.219-8 Utilization of Small Business Concerns52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment. The following DFARs clauses apply to this acquisition: 252.225-7000 Buy American Act, 252.225-7012 Preference for certain domestic commodities and 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Offeror’s shall include a completed copy of 52.212-3 and its ALT I with quotes. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. This announcement will close at 2:00 p.m. EST on 15 Aug 2006. Contact Carol Foulk who can be reached at (904) 542-1062 or email carol.foulk@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote that will be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest price technically acceptable (LPTA). Relative importance of evaluation factors: 1- Technical capability of the providing the services offered to meet the Government requirement; with Past Performance as subfactor 2- Price Past performance shall be submitted to the agency point of contact via attached survey from customers of the offeror, where performance has occurred within the past three years. Offeror’s are required to submit a minimum of three relevant evaluations for similar contracts from Federal, state and local Government. Surveys will be evaluated to determine relevant experience and service. PAST PERFORMANCE EVALUATION SURVEY is an attachment to this solicitation (identified as an amendment). In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government may award a contract on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the offeror’s best terms from a cost or price and technical standpoint. However, if considered necessary by the Contracting Officer, discussions will be conducted with only those offeror’s determined to have a reasonable chance for award. Central Contractor Registration (CCR). Offeror’s must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Offers shall be no more than 10 pages, less past performance and will be accepted via U.S. mail or electronically via email. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (09-AUG-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVSUP/N688361/N68836-06-R-0049/listing.html)
 
Place of Performance
Address: Kingsville, Corpus Christi, Ingleside and Fort Worth, Texas
Zip Code: 78419
Country: UNITED STATES
 
Record
SN01111096-F 20060811/060809224508 (fbodaily.com)
 
Source
FedBizOpps 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.