Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2007 FBO #2033
SOLICITATION NOTICE

D -- Operations and Maintenance of the Base Telecommunications System (BTS) at Davis-Monthan AFB AZ

Notice Date
6/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 38 EIG/PK, 4064 Hilltop Road, Tinker AFB, OK, 73145-2713, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA8773-07-R-0025
 
Archive Date
1/19/2008
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The 38th Engineering Installation Group/PKL, Contracting Division, has a requirement for non-personal services for operation and maintenance of the Base Telecommunications Systems (BTS) at Davis-Monthan AFB AZ. Pre-Proposal Conference details will be provided within the solicitation, provision 5352.215-9001, Notice of Pre-Bid/Pre-Proposal. The proposed contract is for a base year of 12 months with four one-year options. Contractor shall perform operation and maintenance on the switching system(s), transmission equipment, ancillary equipment, customer premise equipment (CPE), and the inside and outside cable plant as well as execute work orders. The Dial Central Office Voice Switching System is a MSL-100 with software release MSL 17. The MSL-100 is wired for approximately 14,955 lines and approximately 11,110 in use. The hospital switch is a Meridian 1 Option 81C with software release 25.30. The Meridian 1 Option 81C is wired for approximately 848 lines and approximately 663 in use. The Billeting Switch is as Nortel Meridian 1 Option 81C with software release 23.55. The Meridian 1 Option 81C is wired for 700 users and 478 are in use, with 222 available. The 12th AF Switch is a Nortel SL-1, Option 81C, Version 3321, Sucession 3. The Nortel SL-1 Option 81C is equipped with approximately 1000 lines and approximately 544 in use. Foreign participation is permitted only at the subcontractor level. Copies of the solicitation will be provided to foreign firms only in order that they may pursue subcontracting opportunities. This acquisition is competitively set aside 100% for Service-Disabled Veteran-Owned (SDVOSB) business concerns. For this acquisition, a concern will be considered small under North American Classification System (NAICS) code 517110 with Size Standard 1,500 employees. The Government will be using Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial items, in this solicitation for the described supplies or services. An ESC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman, concerned parties should first address their concerns, issues, disagreements, and recommendations to the Contracting Officer for resolution. In addition, AFFARS Clause 5352.201-9101, Ombudsman, will be included in this acquisition?s solicitation and contract. The ESC Ombudsman is the ESC Director, Commander?s Staff, and can be contacted at: ESC/DS, Bldg 1606, 9 Eglin St, Hanscom AFB, MA 01731, Telephone 781-377-5106, Facsimile 781-377-4659; E-mail: ESC.Ombudsman@hanscom.af.mil. Telephone or verbal requests for the Request for Proposal (RFP) or questions will not be accepted or considered. The RFP will be paperless and will be released using the Federal Business Opportunities (FedBizOps) website at: http://www.fbo.gov only. The RFP will contain files in Microsoft Office and PDF formats. A registration page for the solicitation will be available at the solicitation Web page. All offerors who wish to participate in this solicitation must complete the registration page, which places them on the solicitation source list. Offerors should submit all questions or comments relative to the solicitation electronically only to the Contracting Officers listed above; no other format will be considered or accepted. All information pertaining to this acquisition, including technical (or other) questions and answers will be provided to/through the Contracting Officer ONLY to ensure equal distribution of information to interested parties via FedBizOps. All proposals must be submitted in accordance with the proposal preparation instructions contained within the solicitation. Vendors are required to be registered in Central Contractor Registration (http://www.ccr.gov/
 
Place of Performance
Address: Davis-Monthan AFB AZ
Zip Code: 85707-4044
Country: UNITED STATES
 
Record
SN01322351-W 20070621/070619223104 (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.