Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2007 FBO #2085
MODIFICATION

D -- Local Services Acquisition (LSA) Telecommunications Services

Notice Date
8/10/2007
 
Notice Type
Modification
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Acquisition Services Division (3TS), The Strawbridge Building 20 North 8th Street, 10th Floor, Philadelphia, PA, 19107, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GST0307R1001
 
Response Due
9/12/2007
 
Archive Date
9/27/2007
 
Point of Contact
Kristin Markiewicz, Contract Specialist, Phone 215-446-5808, Fax 215-446-0256, - Christopher Anderson, Contracting Officer, Phone (215) 446-5801, Fax (215) 814-6130,
 
E-Mail Address
kristin.markiewicz@gsa.gov, christopher.anderson@gsa.gov
 
Description
The Federal Acquisition Service of the General Services Administration (GSA) intends to issue a Request for Proposal (RFP) to implement a Local Services Acquisition (LSA) for Telecommunications Services. The Government will award a series of Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts, with a base period of three years and four (4) twelve month option periods. Firm Fixed Price task orders will be issued under the resultant IDIQ contracts. The Government plans to award multiple LSA contracts in the states of Maryland, Virginia, Pennsylvania, West Virginia, and Delaware. These contracts will be for the use of all Federal agencies, authorized Federal contractors, agency-sponsored universities and laboratories and, as authorized by law or regulation, state, local, and tribal Governments, and other organizations. The Government has defined three service groups: Voice Services (VS), Data Transmission Services (DTS) and Internet Access Services (IAS), along with the labor and material necessary to connect these services to customer premises equipment (CPE). Offerors must propose mandatory voice services to be eligible for an award. The Government desires to make multiple awards for LSA services but reserves the right to limit the number of awards. Contracts will be awarded to Offerors whose proposals are most advantageous to the Government. The actual number of contracts awarded will be determined by the Government and based on technical acceptability and price evaluation of mandatory LSA services. The following Technical factors will be considered: Technical Approach, Past Performance, and Management Approach. The Technical Factors of Technical Approach and Past Performance will be approximately equal in weight and each will be greater in weight than the Management Approach factor. The combined weight of all technical evaluation factors will be approximately equal to the Price Factor of Total Evaluated Discounted Cost. Competitive formal source selection procedures will be used as set forth in FAR Part 15. Offerors are advised that an award may be made without discussion or any contact concerning the proposals received. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; and to award contracts to other than the offeror submitting the lowest total evaluated discounted cost. Therefore, proposals should be initially submitted on the most favorable terms. The Request for Proposal (RFP), consisting of the solicitation and all attachments will be issued and posted electronically on the www.fedbizoppps.gov website. Any questions regarding this synopsis should be directed to Kristin L. Markiewicz, GSA Contract Specialist, at Kristin.Markiewicz@gsa.gov. This procurement is being conducted under full and open competition on an unrestricted basis under NAICS Code 517110. The solicitation should be available on or about 07/23/2007. Potential offerors should be advised that the date of a pre-proposal conference will be announced at the same time as the issuance of the RFP and is estimated to be conducted approximately two weeks after the official RFP is posted.
 
Place of Performance
Address: Various locations throughout Maryland, Virginia, Pennsylvania, West Virginia, and Delaware.
Zip Code: 19107
Country: UNITED STATES
 
Record
SN01369506-W 20070812/070810222802 (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.