Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2008 FBO #2305
SOLICITATION NOTICE

99 -- POINT TO POINT TELECOM SYNOPSIS AND SOLICITATION

Notice Date
3/17/2008
 
Notice Type
Solicitation Notice
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of Veterans Affairs;Network 22 Logistics Office;5901 E. 7th Street;Long Beach CA 90822
 
ZIP Code
90822
 
Solicitation Number
VA-262-RQ-0177
 
Response Due
3/26/2008
 
Archive Date
5/25/2008
 
Point of Contact
DON WEERASINGHE don.weerasinghe@va.gov (562)826-8065
 
E-Mail Address
Email your questions to don.weerasinghe@va.gov
(don.weerasinghe@va.gov)
 
Small Business Set-Aside
Veteran-Owned Small Business
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number VA-262-08-RQ-0177DW is issued as a request for quote (RFQ) for various telecommunication services listed on SCHEDULE OF SERVICES below. No telephone requests will be accepted. This solicitation incorporates provisions and clauses as those in effect through Federal Acquisition Circular 2005- 24. The North American Industry Classification System Code (NAICS) is 517110 and the Small Business Standard is 1500 employees. The proposed contract listed herein is a 100% VETERAN OWNED SMALL BUSINESS SET-ASIDE. Women and small disadvantaged businesses are encouraged to submit offers. ALL SUBMISSIONS MUST STATE THE BUSINESS SIZE AND CLASSIFICATION. BASE YEAR 04/01/2008 - 03/31/2009 ITEM NUMBER SCHEDULE OF SERVICES QTY UNIT UNIT PRICE TOTAL COST 001 BLOCK OF 10 DIRECT INWARD DIAL TEL NUMBERS 12 MO 002 MAINTAIN ONE (1) DS1 MRC 12 MO 003 MAINTAIN (24) DIGITAL TRUNKS 12 MO 004 ESTIMATED SUBSCRIBER LINE CHARGE 12 MO 005 POINT-TO-POINT T-1 1.544 MBPS FROM: LOMA LINDA VA 11201 BENTON STREET LOMA LINDA, CA 92357 TO: VA RIVERSIDE WAREHOUSE 1506 7TH STREET RIVERSIDE, CA 92507 12 MO 006 POINT-TO-POINT T-1 1.544 MBPS FROM: LOMA LINDA VA 11201 BENTON STREET LOMA LINDA, CA. 92357 TO: CORONA VET CENTER 800 MAGNOLIA AVE SUITE 110 CORONA, CA. 92879 12 MO 007 POINT-TO-POINT T-1 1.544 MBPS FROM: LOMA LINDA VA 11201 BENTON STREET LOMA LINDA, CA. 92357 TO: SAN BERNARDINO VET CENTER 155 WEST HOSPITALITY LANE, SUITE 140 SAN BERNARDINO, CA. 92408 12 MO TOTAL BASE YEAR 4/1/2008 - 3/31/2008 OPTION YEAR ONE (1) 04/01/2009 - 03/31/2010 ITEM NUMBER SCHEDULE OF SERVICES QTY UNIT UNIT PRICE TOTAL COST 001 BLOCK OF 10 DIRECT INWARD DIAL TEL NUMBERS 12 MO 002 MAINTAIN ONE (1) DS1 MRC 12 MO 003 MAINTAIN (24) DIGITAL TRUNKS 12 MO 004 ESTIMATED SUBSCRIBER LINE CHARGE 12 MO 005 POINT-TO-POINT T-1 1.544 MBPS FROM: LOMA LINDA VA 11201 BENTON STREET LOMA LINDA, CA 92357 TO: VA RIVERSIDE WAREHOUSE 1506 7TH STREET RIVERSIDE, CA 92507 12 MO 006 POINT-TO-POINT T-1 1.544 MBPS FROM: LOMA LINDA VA 11201 BENTON STREET LOMA LINDA, CA. 92357 TO: CORONA VET CENTER 800 MAGNOLIA AVE SUITE 110 CORONA, CA. 92879 12 MO 007 POINT-TO-POINT T-1 1.544 MBPS FROM: LOMA LINDA VA 11201 BENTON STREET LOMA LINDA, CA. 92357 TO: SAN BERNARDINO VET CENTER 155 WEST HOSPITALITY LANE, SUITE 140 SAN BERNARDINO, CA. 92408 12 MO TOTAL OPTION YEAR (1) 4/1/2009 - 3/31/2010 OPTION YEAR TWO (2) 04/01/2010 - 03/31/2011 ITEM NUMBER SCHEDULE OF SERVICES QTY UNIT UNIT PRICE TOTAL COST 001 BLOCK OF 10 DIRECT INWARD DIAL TEL NUMBERS 12 MO 002 MAINTAIN ONE (1) DS1 MRC 12 MO 003 MAINTAIN (24) DIGITAL TRUNKS 12 MO 004 ESTIMATED SUBSCRIBER LINE CHARGE 12 MO 005 POINT-TO-POINT T-1 1.544 MBPS FROM: LOMA LINDA VA 11201 BENTON STREET LOMA LINDA, CA 92357 TO: VA RIVERSIDE WAREHOUSE 1506 7TH STREET RIVERSIDE, CA 92507 12 MO 006 POINT-TO-POINT T-1 1.544 MBPS FROM: LOMA LINDA VA 11201 BENTON STREET LOMA LINDA, CA. 92357 TO: CORONA VET CENTER 800 MAGNOLIA AVE SUITE 110 CORONA, CA. 92879 12 MO 007 POINT-TO-POINT T-1 1.544 MBPS FROM: LOMA LINDA VA 11201 BENTON STREET LOMA LINDA, CA. 92357 TO: SAN BERNARDINO VET CENTER 155 WEST HOSPITALITY LANE, SUITE 140 SAN BERNARDINO, CA. 92408 12 MO TOTAL OPTION YEAR (2) 4/1/2010 - 3/31/2011 OPTION YEAR THREE (3) 04/01/2011 - 03/31/2012 ITEM NUMBER SCHEDULE OF SERVICES QTY UNIT UNIT PRICE TOTAL COST 001 BLOCK OF 10 DIRECT INWARD DIAL TEL NUMBERS 12 MO 002 MAINTAIN ONE (1) DS1 MRC 12 MO 003 MAINTAIN (24) DIGITAL TRUNKS 12 MO 004 ESTIMATED SUBSCRIBER LINE CHARGE 12 MO 005 POINT-TO-POINT T-1 1.544 MBPS FROM: LOMA LINDA VA 11201 BENTON STREET LOMA LINDA, CA 92357 TO: VA RIVERSIDE WAREHOUSE 1506 7TH STREET RIVERSIDE, CA 92507 12 MO 006 POINT-TO-POINT T-1 1.544 MBPS FROM: LOMA LINDA VA 11201 BENTON STREET LOMA LINDA, CA. 92357 TO: CORONA VET CENTER 800 MAGNOLIA AVE SUITE 110 CORONA, CA. 92879 12 MO 007 POINT-TO-POINT T-1 1.544 MBPS FROM: LOMA LINDA VA 11201 BENTON STREET LOMA LINDA, CA. 92357 TO: SAN BERNARDINO VET CENTER 155 WEST HOSPITALITY LANE, SUITE 140 SAN BERNARDINO, CA. 92408 12 MO TOTAL OPTION YEAR (3) 4/1/2011 - 3/31/2012 TOTAL AGGREGATE COST $__________ Place of performance is the Veterans Affairs Loma Linda Healthcare System, 11201 Benton Street, Loma Linda, CA 92357. Delivery of service/equipment shall be F.O.B. Destination within consignee's premises. If installation of any equipment is required the cost shall be included in the proposed/quoted price at no additional cost to the Government. Offerors must comply with all instructions contained in provision 52.212-1 Instructions to Offerors - Commercial Items (Nov/2007). As prescribed in Federal Acquisition Regulation (FAR) Part 42.15, the Department of Veterans Affairs (VA) evaluates contractor past performance on all contracts that exceed $100,000, and shares those evaluations with other Federal Government contract specialists and procurement officials. The FAR requires that the contractor be provided an opportunity to comment on past performance evaluations prior to each report closing. To fulfill this requirement, VA uses an online database, the Contractor Performance System (CPS), which is maintained by the National Institutes of Health (NIH). The CPS database information is shared with the Past Performance Information Retrieval System (PPIRS) database, which is available to all Federal agencies. You are required to register with the NIH CPS database at the following web address: CPS - https://cpscontractor.nih.gov. Further, your registered representative data, as well as any other information in your registration data, must be kept current. Performance evaluations entered into CPS by the contracting officer will be assigned to the contractor's registered representative for comment. Failure to comment and reassign the report back to the contracting officer, or to maintain current registration, will result in the Government's evaluation being entered in the database with a statement that you have failed to respond. Help in registering can be obtained by contacting CPS Support E-mail (cps-support-1@list.nih.gov) or by calling (301) 451-2771. Pursuant to FAR Clause 52.212-4, para (t), Central Contractor Registration (CCR), after initial registration, the contractor is required to update registration data as changes occur and must re-register annually to ensure all data remains current. Noncompliance with this requirement will preclude the exercising of any option periods that may be included herein and will be cause for termination of the contract at such time noncompliance is discovered. Refer to cited Clause for more details. You are required to register with the CCR database at the following web address: CCR - http://www.ccr.gov. IT IS IMPERATIVE THAT YOU COMPLETE THESE REGISTRATIONS IN ORDER TO BE CONSIDERED FOR CONTRACT AWARD. AWARD CANNOT BE MADE TO A CONTRACTOR NOT REGISTERED IN BOTH OF THESE DATABASE SYSTEMS. In accordance with FAR Provision 52.212-1 paragraph (j), please provide the Dun and Bradstreet Number assigned to your firm in the space provided: DUNS# ____ ____ - ____ ____ ____ - ____ ____ ____ ____. The Government will award a contract resulting from this solicitation to the lowest price responsive and responsible offeror. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. Past performance will be evaluated to ensure satisfactory business practices and timely performance. ALL offerors shall submit descriptive literature, specification sheets, warranty information, primary service providers and part numbers if applicable. Offeror's who have not previously provided the same or similar type of services/supplies at the VA Healthcare System listed herein shall provide with their quote a list of Federal, State and Local governments and private contracts under which you have provided the same or similar services/supplies required in this solicitation within the last three (3) years. Offeror's are required to furnish, for the purpose of evaluating responsibility/past performance, the names, address and telephone numbers of a minimum of two (2) references for which the same or similar services/supplies have been furnished. Only offeror's that can meet all requirements in this solicitation will be considered for award. 52.212-3 Offerors Representations and Certifications - Commercial Items (Nov/2007) - THE CONTRACTOR MUST RETURN A COMPLETED COPY OF PROVISION 52.212-3 WITH THE OFFER, a copy of the provision may be attained from http://www.acquisition.gov/far/. 52.212-4 Contract Terms and Conditions - Commercial Items (Feb/2007) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb/2008). The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: 5, 9, 16, 17, 18, 19, 20, 21, 24, 27, and 33. The following additional clauses and provisions apply: FAR 52.204-7 Central Contractor Registration (Jul/2006); FAR 52.216-1 Type of Contract - Firm Fixed Price (Apr/1984); FAR 52.217-5 Evaluation of Option (Jul/1990); FAR 52.217-8 Option to Extend Services (Nov/1999); FAR 52.232-18 Availability of Funds (Apr/1984); FAR 52.232-19 Availability of Funds for Next Fiscal Year (Apr/1984); FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May/1999); FAR 52.233-2 Service of Protest (Sep/2006); VAAR 852.203-70 Commercial Advertising (Jan/2008); VAAR 852.233-70 Protest Content (Jan/2008); VAAR 852.233-71 Alternate Protest Procedures (Jan/1998); VAAR 852.237-70 Contractor Responsibilities (Apr/1984); VAAR 852.270-1 Representatives of Contracting Officers (Jan/2008). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. The full text of a clause and provision may be accessed electronically at this/these addresses: Federal Acquisition Regulation Home Page: http://www.acquisition.gov/far/index.html or http://www.arnet.gov/far/ . Veterans Affairs Acquisition Regulation Home Page: http://www1.va.gov/oamm/oa/ars/policyreg/vaar/. Other terms and conditions of the requirement are as follows: warranty requirements for new equipment shall be for one year parts and labor. Defense Priorities and Allocations System (DPAS) and assigned rating, are not applicable to this acquisition. There are no applicable Numbered Notes. The Government will consider all proposals received by 3:00 PM Pacific Daylight Time March 24, 2008. Offers are to be received at the Department of Veterans Affairs, Network 22 Logistics Office, 5901 E. 7th Street, Building 149, Long Beach CA 90822, ATTN: Don Weerasinghe (VA-262-08-RQ-0177DW). For information you can contact Don Weerasinghe at 562-826-8065 or email don.weerasinghe@va.gov .
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS;11201 BENTON STREET;LOMA LINDA, CA;.;.
Zip Code: 92357
Country: .
 
Record
SN01534034-W 20080319/080317223538 (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.