Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2008 FBO #2259
SOLICITATION NOTICE

D -- Wired Telecommunication Carrier

Notice Date
12/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Treasury, Financial Management Service (FMS), Acquisition Management Division, 401 14th Street, S.W., Room 454D, Washington, DC, 20227, UNITED STATES
 
ZIP Code
20227
 
Solicitation Number
FMS-HQ-08-Q-0006
 
Response Due
1/9/2008
 
Point of Contact
Cheryl Rice, Contract Specialist, Phone 202 874-6788, Fax -7275, - Evelyn Daval, Contracting Officer, Phone (202)874-3870, Fax (202)874-7275
 
E-Mail Address
cheryl.rice@fms.treas.gov, evelyn.daval@fms.treas.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a commercial item solicitation utilizing Simplified Acquisition Procedures (SAP). Solicitation number FMS-HQ-08-Q-0006 is issued as a Request for Quote (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-21, dated December 7, 2007. The North American Industry Classification System (NAICS) code and small business size standard for this procurement are 517110 and 1,500 employees, respectively. Provisions and clauses incorporated by reference have the same force and effect as if they were provided in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.acqnet.gov. (1) This requirement consists of one contract line item number (CLIN) 0001: Telecommunication service provider certified by the District of Columbia, Maryland, and Virginia Public Service Commission will be considered technically acceptable to respond to this solicitation. The provider shall furnish all personnel, materials, and services necessary to perform the requirements set forth in this solicitation. Please note the nouns, provider, contractor, and vendor are used interchangeably in this solicitation to identify the provider that will be awarded a purchase order as a result of this solicitation. (2) Service description: The contractor shall provide all personnel, cable/wire, terminals, blocks, installation, de-installation, hardware, and miscellaneous materials required to provide service to the extended line of demarcation. The contractor is responsible for all cross connections required to accomplish the complete installation. Local Exchange Carrier (LEC) within the continental U.S. to provide nineteen (19) circuit-switched channelized T1 communication circuits between the local Point-of-Presence in the Hyattsville, MD area and the extended demarcation point within the FMS Hyattsvile, MD facility. The Channelized T1 circuits shall be configured for B8Zs line code and Extended Superframe (ESF) framing. In the event channelized T1 service is not available for the FMS facility located in Hyattsville, MD, the contractor shall submit options for providing the service to the Hyattsville, MD location. The LEC shall maintain the existing Circuit switched channelized T1 circuits as well as the existing telephone numbers assigned to each of those circuits. Any transition of the existing services to the contractor?s network shall not introduce a disruption to service and must be coordinated with the designated agency representative. Anticipate a base-period of eight months with an option for an additional 12-month period of service. (3) DELIVERY LOCATION: Address for delivery location is Washington, D.C., metropolitan area. (4) PACKING, MARKING, AND STORAGE OF EQUIPMENT: All packing, marking and storage incidental to shipping of equipment to be acquired under the proposed purchase order shall be made at the contractor?s expense. Supervision of packing and unpacking of acquired equipment shall be furnished by the contractor. Such packing, marking and storage costs shall not be billed to the Government. The FMS Designated Agency Representative (DAR) is: Myra Wells at (202) 874-8264. SHIPPING: FOB Destination. (5) The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this solicitation. (6) The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. Add the following text to Paragraph (a) of FAR 52.212-2; (i) price, (ii) technical capability of the quoter to provide the services to meet the need of the Treasury; and (iii) past performance. A firm-fixed price purchase order will be awarded to the responsible quoter whose offer conforming to the solicitation will be most advantageous to the Treasury. (7) Additional guidance on price is provided under provision 52.212-1 paragraph (g). (8) The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this solicitation. A copy of the provision may be attained from http://www.acqnet.gov. The contractor shall return a completed copy of this provision with the quote, or complete the Online Reps and Certs Application (ORCA) at http://www.bpn.gov. (9) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. Addenda to 52.212-4 is 52.204-9 Personal Identify Verification of Contractor Personnel. (10) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following FAR clauses identified at paragraph b. of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-3 Convict Labor; 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 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. The following FAR clauses identified at paragraph c. of FAR 52.212-5 are considered checked and area applicable to this solicitation: 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts); 52.225-3 Free Trade Agreements Israeli Trade Act, Alt I; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. For purchase order award, the company must be registered in the CCR. CCR information can be found at http://www.ccr.gov. (11) Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (12) Quotes are due by 3:00 pm local time, January 9, 2008. Faxing or emailing written quote is acceptable. The contract specialist is Cheryl Rice at cheryl.rice@fms.treas.gov. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-DEC-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 31-JAN-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/TREAS/FMS/AMD/FMS-HQ-08-Q-0006/listing.html)
 
Place of Performance
Address: Hyattsville, Maryland
Zip Code: 20782
Country: UNITED STATES
 
Record
SN01497912-F 20080202/080131231625 (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.