Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2007 FBO #1896
SOLICITATION NOTICE

D -- Installation of Telephone Service and Monthly Calling Service

Notice Date
2/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, FL, 33309, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
S-WHARC-07-Q-0012
 
Response Due
2/9/2007
 
Archive Date
2/24/2007
 
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; quotations are being requested by this notice alone, and a written solicitation will not be issued. This synopsis/solicitation is issued as a Request for Quotations for the installation of the primary telephone service to the New U.S. Embassy Compound in Panama. The requirement also includes monthly calling services. The NAICS code is 237130 and the small business size standard is $31 million. The FAR is available on the Internet at www.acquisition.gov. GENERAL REQUIREMENT: Installation of Primary Service: The Contractor shall provide all labor, materials and equipment for the installation of telephone lines from the street to the Embassy Compound's Service Compound Access Control (SCAC). Installation services shall include the following: 1) Three Primary-Rate ISDN lines with EURO signaling via single-mode fiber to the New Embassy Compound SCAC. The lines shall be able to handle "Random Hunting" offering full portability across the E-1 lines to ensure that if a failure occurs in one of the E-1 lines, the telephone trunks associated with the failed E-1 line will automatically route to the other E-1 lines; 2) A Block of 600 or 1000 numbers; and 3) Two-hundred pair of analog telephone lines which provide 9VDC from the carrier. If the analog services will be provided via fiber, installation of these lines shall include the equipment required to convert 200-pairs to copper and provide 9VDC. The installation shall be completed as follows: Option 1: All ISDN lines via one single-mode (24 strand) fiber and 200 pair copper from the same exchange. Installation Price (Option 1): $______________________. Option 2: Two ISDN lines via one single-mode (24 strand) fiber from one carrier office, and 1 ISDN line and 200-pair of analog lines via a separate carrier office/path. Installation Price (Option 2): $______________________. All materials and equipment shall be new. The above prices for installation of the primary service shall be a firm-fixed price. The above prices are FOB destination, Panama City, Panama, and include all shipping and other costs for delivery to Panama City. Telephone Service: The Embassy requires monthly telephone service to include the following calling types: International; Local; National (Long Distance); Cellular; and Directory (102). The estimated average minutes per month for these services are as follows: International: 4,332 minutes Local: 46,723 minutes National (Long Distance): 1,357 minutes Cellular: 8,716 minutes Directory (102): 58 minutes The maximum for these services shall be 100% more than the monthly estimates above. The performance period for service will be for a one year period following completion of the primary service installation, with four one-year options. The above monthly usage averages for the calling services are estimates only. Actual usage will be on a requirements basis according to the prices established below. Service Prices (Base Year): International Calls: $__________ per minute Local Calls: $__________ per minute National (Long Distance) Calls: $__________ per minute Cellular Calls: $__________ per minute Directory (102) Calls: $__________ per minute Service Prices (Option Year 1): International Calls: $__________ per minute Local Calls: $__________ per minute National (Long Distance) Calls: $__________ per minute Cellular Calls: $__________ per minute Directory (102) Calls: $__________ per minute Service Prices (Option Year 2): International Calls: $__________ per minute Local Calls: $__________ per minute National (Long Distance) Calls: $__________ per minute Cellular Calls: $__________ per minute Directory (102) Calls: $__________ per minute Service Prices (Option Year 3): International Calls: $__________ per minute Local Calls: $__________ per minute National (Long Distance) Calls: $__________ per minute Cellular Calls: $__________ per minute Directory (102) Calls: $__________ per minute Service Prices (Option Year 4): International Calls: $__________ per minute Local Calls: $__________ per minute National (Long Distance) Calls: $__________ per minute Cellular Calls: $__________ per minute Directory (102) Calls: $__________ per minute The following employees are authorized to place orders for telephone services: Michael Aguilera, A/GSO - Contracting Officer Nicholas Adams - Contracting Officer's Representative REQUIRED DELIVERY DATE: The installation shall be completed within forty-two (42) calendar days following award. EVALUATION OF QUOTATIONS: The primary technical considerations for award of a purchase order will be whether the service and equipment are suitable for the intended purpose and whether they can be delivered on time. The quoter offering acceptable items that most closely match the Government's needs and required delivery date will receive most favorable consideration from a technical standpoint. The Government intends to award to the lowest priced technically acceptable quoter. Lowest price will be the aggregate sum of all line item prices. QUOTATION MUST INCLUDE THE FOLLOWING: 1) PRICE: Fixed price for each installation option, and unit (per minute) prices for calling services. Prices shall be inclusive of delivery charges. 2) DESCRIPTION: Description of services and equipment being proposed and how they meet or surpass the requirements stated above; circuit diagrams, product literature, etc. may be provided. Quotation must include a narrative explanation of how the quoter will perform the work for each of the two installation options. 3) REFERENCES: Names and points of contacts of other Government or commercial customers for whom the quoter has performed this or similar work for in the past two (2) years. 4) DUNS AND CCR: DUNS number and statement that the quoter has registered in CCR. 5) CERTIFICATIONS: Completed certifications (FAR 52.212-3) or statement that the certifications are included already at the ORCA web site (https://orca.bpn.gov/); see below. In order to receive an award, you must be registered in the Central Contractor Registration database at www.ccr.gov, unless an exception applies. All responsible sources may submit a quotation which shall be considered by the Department. This solicitation number S-WHARC-07-Q-0012 is issued as an RFQ under Subpart 13.5 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-14. The provision at FAR 52.212-3, Offeror Representations and Certifications (dated NOV 2006) applies to this acquisition. A completed, signed copy of this provision shall be submitted with any quotation, or a statement that the required certifications have been completed on the ORCA web site. The clause at FAR 52.212-4, Contract Terms and Conditions (dated SEP 2005) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (dated NOV 2006) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-5, Trade Agreements (Nov 2006); 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (or, if an exception applies, 52.232-343, Payment by Electronic Funds Transfer ? Other Than Central Contractor Registration). In addition, FAR 52.214-34, Submission of Offers in the English Language, and 52.214-35, Submission of Offers in U.S. Currency, are applicable to this acquisition, along with the following four clauses applicable to service prices only: FAR 52.216-18 Ordering (OCT 1995), with fill-in: (a) orders may be issued from the date of the Notice to Proceed (NTP) with services for the base year (NTP to be issued after system installation and accreditation) through the twelve months following the NTP, with four one-year options. FAR 52.216-21 Requirements (OCT 1995), with fill-in: (f) Contractor shall not be required to make any deliveries under this contract after six months following the periods listed in FAR 52.217-8 and FAR 217-9. FAR 52.217-8 Option to Extend Services (NOV 1999): FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000), with fill-ins: (a)? within the performance period of the contract or within 30 days after funds for the option year become available, whichever is later. c)?shall not exceed five (5) years. The clauses at DOSAR 652.206-70, Competition Advocate/Ombudsman (AUG 1999), 652.225-71 Section 8(a) of the Export Administration Act of 1979, As Amended (AUG 1999), and 652.242-72, Shipping Instructions (DEC 1994) are applicable to this acquisition. The following DOSAR provision is applicable to this acquisition: 652.225-70 Arab League Boycott of Israel (AUG 1999). QUOTATIONS ARE DUE by 4:00 p.m., February 9, 2007, local (Fort Lauderdale, Florida, U.S.) time, via e-mail, fax, or mail. Identify your quotation as a response to solicitation number S-WHARC-07-Q-0012. Mail to Robert Lindquist, Contracting Officer, U.S. Department of State, RPSO Florida, 4000 N. Andrews Ave., Ft. Lauderdale, FL 33309; fax to 954-630-1165; or e-mail to: lindquistra@state.gov. Email is preferred. CAUTION: Complete quotations must be received at the location stated above by the required due date and time. Late quotations will be handled in accordance with FAR 52.212-1, paragraph (f).
 
Place of Performance
Address: Panama City
Country: PANAMA
 
Record
SN01224668-W 20070204/070202220527 (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.