Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2007 FBO #2047
MODIFICATION

H -- Telecommunications Cable Testing Services

Notice Date
7/3/2007
 
Notice Type
Modification
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SALMEC-07-R-0034
 
Response Due
7/10/2007
 
Archive Date
7/25/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment is posted to provide delivery instructions inadvertently left out of the RFP. See solicitation amendment posted 7/3/07. The Department of State (DOS) has a current requirement for telecommunications cable system design, installation and testing services. We anticipate awarding four IDIQ (Indefinite Delivery/Indefinite Quantity) contracts . Each contract will have a 12-month base year plus four 12-month Options. The contract ceiling is $2M per contract over 5 years. Estimated performance start date is June 2007. The delivery orders will usually be for testing installed telecommunications cables systems at US Embassies and other diplomatic posts around the world but may require design and installation of systems at overseas posts on an infrequent basis. The offer must be able to provide a Registered Communications Distribution Designer (RCDD) Archetect, A RCDD engineer and experienced Senior and Junior technicians. This is a 100% small business set-aside. The NAICS code is 541380 and the small business size standard is $11M. In order to be considered for award of this contract, interested offerors, including all entities which comprise a joint venture, and the joint venture itself, must possess a Defense Security Service (DSS) Final Secret, Interim Top Secret or Final Top Secret facility clearance (FCL) with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. At least two contracts will be awarded to firms currently possessing Interim or Final Top Secret FCLs, while firms with Final Secret FCLs may be selected for one or more additional awards. Offerors must submit their appropriate Commercial and Government Entity (CAGE) Code with the required qualification documentation. Selected firms possessing a Final Secret FCL will be sponsored by Department of State for an FCL upgrade to the Top Secret level. Sponsorship does not guarantee that the firm will receive the upgraded clearance. A period of 90 days from the date of selection for award will be allowed for the Secret cleared firm to obtain an Interim Top Secret FCL. After this period, the Government may, at its discretion, consider not awarding the contract to the selected offeror. Due to time constraints, the Government will not delay award of contracts to selected firms already in possession of Interim and Final Top Secret FCLs. Contractor personnel requiring access to classified information or Controlled Access Areas (CAA) must possess Secret or Top Secret personnel security clearances issued by DSS prior to performance on the contract.
 
Place of Performance
Address: Overseas Worldwide
Zip Code: 22209
Country: UNITED STATES
 
Record
SN01333741-W 20070705/070703220512 (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.