Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2008 FBO #2361
SOLICITATION NOTICE

D -- Provide Internet Access to Regional Networks for University Consortium for Advanced Internet Devepment (UCAID) for Pacific Northwest GIGAPOP, CORE

Notice Date
5/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133R-08-RP-0138
 
Point of Contact
Alex L Smith,, Phone: 206-526-6379
 
E-Mail Address
alex.smith@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation TITLE: Provide Internet Access to Regional Networks for University Consortium for Advanced Internet Development (UCAID) for Pacific Northwest GIGAPOP, CORE SOLICITATION NUMBER: AB133R-08-RP-0138 RESPONSE DATE: May 30, 2008 CONTACT: J. Alex Smith, Contract Specialist, voice: 206/526-6379 or fax: 206/527-3915 (1) 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. In accordance with FAR 12.603, this publication serves as notice of intent to procure services for the Department of Commerce (DOC), National Oceanic & Atmospheric Administration (NOAA), Pacific Marine Environmental Lab (PMEL), on a sole source basis with Pacific Northwest GIGAPOP in accordance with the authority of 41 U. S. C. 253 (c)(1) only one responsible source. (2) This solicitation is issued as a request for proposal (RFP). Submit written proposal on RFP number AB133R-08 RP-0138. The Government intends to acquire follow on services for the vendor to provide services of a GIGAPOP or use of their regional data transfer center to share, use, and move large volumes of marine research data between like agencies. REQUIREMENTS: Pacific Northwest GIGAPOP is a regional data transfer center that efficiently moves large volumes of data between regional, national, and other networks. The data transfer center supports various agencies or organizations (see attached list). PMEL works directly with the University of Washington in conducting and sharing marine research information and data. The Pacific Northwest GIGAPOP data transfer center is operated by the University of Washington and provides the means by which this data and information are shared. The Pacific Northwest GIGAPOP is the sole source provider for the Pacific Northwest and has exclusive rights to administer the GIGAPOP in the Pacific Northwest region. This access is essential for the mission of marine research for PMEL. With the current service due to expire soon, it is imperative to NOAA's marine research mission that this service not laps. Therefore, it is requested that this acquisition be advertised as other than full and open competition. Services required include: Pacific Northwest Gigapop Statement of Work • Provide access in Seattle to the University Consortium for Advanced Internet Development (UCAID) Internet 2 research networks via the Pacific Northwest Gigapop (Gigapop). • Provide access to the National Lambda Rail (NLR) research network PacketNet service via the Pacific Northwest Gigapop (Gigapop). • Provide access to the National Lambda Rail (NLR) research network FrameNet service via the Pacific Northwest Gigapop (Gigapop). • Provide access to commercial Internet via high bandwidth connections to multiple tier one Internet carriers (>45mbps per tier one Internet carrier). • Provide two Gigabit Ethernet links to Sand Point campus to the Gigapop point of presence (POP) in Seattle for Commercial Internet, Internet 2, NLR, and Core services, supporting the 4 Gigapop route views. Provide one Gigabit Ethernet link to Sand Point campus to the Gigapop POP in Seattle for NLR FrameNet service. • Provide path for NLR FrameNet link to NOAA Boulder via Gigapop network. • Permit utilization of available link bandwidth up to contractual limits. • Links are to be available 24x7 (24 hours a day/7 days a week), except during previously announced planned outages. • Provide access to other Gigapop members CORE service, rather than commercial Internet or Internet 2. • Provide 24x7 monitoring of NOAA's link status. • Provide Gigapop network operations center (NOC) email address and telephone numbers. Gigapop NOC personnel shall be available 24x7. • Provide timely notification to NOAA contracts in the event of a failure of NOAA's link to the Gigapop. • Provide adequate notification (at least 24 hours) for planned network outages due to maintenance and/or troubleshooting. • Provide appropriate full BGP routes to NOAA router over each of the 4 available route views. • Provide monthly summary of NOAA utilization of Gigapop link based on 5 minute inbound and outbound traffic measurements. • The C&A requirements of clause 73 do not apply and a Security Accreditation Package is not required. PERIOD OF PERFORMANCE a. The period of performance of this contract starts on July 01, 2008 through June 30, 2009. If an option is exercised, the period of performance shall be extended through the end of that option period. b. The option periods that may be exercised are as follows: Period Start Date End Date Option I 07/01/2009 06/30/2010 Option II 07/01/2010 06/30/2011 Option III 07/01/2009 06/30/2012 Option IV 07/01/2010 06/30/2013 TECHNICAL CAPABILITY Past Performance. The technical proposal must include Two (2) specific contract references and clearly address recent related experience (both Government and non-Government), contracts, subcontracts, and grants. Provide relevant experience that describes your work over the past three years which describes your experience with similar projects. List projects starting with the most recent projects and working backwards in time. This information may be provided on a one page document attached to the proposal. Past performance may be evaluated based on information obtained from the references listed in the proposal, knowledge of Government personnel, or other information regarding the offeror's performance on relevant contracts. (3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25 The following Clauses/Provisions apply to this solicitation: FAR 52.203-3 GRATUITIES APR 1984 FAR 52.203-10 PRICE OR FEE ADUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY JAN 1997 FAR 52.203-1 2 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS SEP 2005 FAR 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER AUG 2000 FAR 52.204-7, Central Contracting Registration (Oct 2003) FAR 52.212-1, Instruction to Offerors - Commercial Items (Jan 2005) FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007) FAR 52.216-1 Type of Contract (Apr 1984) FAR 52.217-8 Option to Extend Services (Nov 1999) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) FAR 52.219-28 Post-Award Small Business Program Rerepresentation (June 2007) FAR 52.232-17 INTEREST JUN 1996 FAR 52.242-15 STOP WORK ORDER AUG 1989 FAR 52.244-6, Subcontracts for Commercial Items (Mar 2007) FAR 52.247-34 F.O.B. Destination (Nov 1991) CAR 1352.239-73- SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY RESOURCES (OCTOBER 2003) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statures or Executive orders-Commercial Items (Mar 2007) The following clauses listed in 52.212-5 are incorporated: (52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). 52.222-3, Convict Labor (June 2003)(E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332).2.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a) 1352.201-70 ADMINISTRATIVE CONTRACTING OFFICER J.ALEX SMITH is hereby designated as the administrative Contracting Officer under the contract. All correspondence and inquiries concerning administration of this contract should be addressed to the Contract Administrator at the address in Block 9 (page 1) of the SF 1449. 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (MAR 2000) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the Contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 1352.201-71 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) (FEB 2005) a. (To be appointed after award) is hereby designated as the Contracting Officer's Technical Representative (COTR). The COTR may be changed at any time by the Government without prior notice to the Contractor by a unilateral modification to the Contract. b. The responsibilities and limitations of the COTR are as follows: (1) The COTR is responsible for the technical aspects of the project and serves as technical liaison with the Contractor. The COTR is also responsible for the final inspection and acceptance of all reports and such other responsibilities as may be specified in the contract. (2) The COTR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the Contract price, terms or conditions. Any Contractor request for changes shall be referred to the Contracting Officer directly or through the COTR. No such changes shall be made without the expressed prior authorization of the Contracting Officer (CO). The CO may designate assistant or alternate COTR(s) to act for the COTR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the Contractor. (End of clause) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: PAST PERFORMANCE, PRICE Past Performance and Price are equally important. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a firm fixed price contract resulting from this solicitation. It consist of a required performance period commencing on July 01, 2008 and Four (4) optional periods of services are included for 12 months each. ORCA REQUIREMENTS It is required that Online Representations and Certifications Application (ORCA) be filled our prior to proposal submittal. Contractor to Update Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov, which will be incorporated by reference upon award of the contract. It is anticipated that a non-competitive sole-source performance-based firm fixed price contract with a period of performance anticipated to be 60 months, commencing at time of contract award. NAICS Code is 517110 with a size standard of 1500 employees. This notice represents the only official notice of this solicitation. This notice of intent is not a request for competitive proposals; however, all submittals received by the due set forth in this notice will be considered by the Government. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. All vendors doing business with the Government are now required to be registered with the Central Contracting Registry (CCR). NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR, please access the following site: http://www.ccr.gov/. In order to register with CCR and to be eligible to receive an award from this acquisition office, all offerors must also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at 800-333-0505. Additionally, this procurement also requires offerors to complete the On-Line Representations Application (ORCA) at https://orca.bpn.gov/. RESPONSE DATE AND TIME: May 30, 2008, 2:0 PM Local Time. NOTE: Offerors interested in submitting a quote on this acquisition should obtain a copy of (1) Standard Form 1449 (2) and accompanying Schedule. Offerors must include their offer an originally signed SF 1449, and a completed schedule. Quotes will be valid for 60 days. Point of Contact Alex Smith, Contracting Officer, Phone 206-526-6379, FAX 206-527-3915. Email, Alex.Smith@noaa.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9cda74d4ebd91fa98ebb7481f7a1591d&tab=core&_cview=1)
 
Place of Performance
Address: Pacific Marine Environmental Lab, 7600 Sand Point Way NE, Seattle, Washington, 98115, United States
Zip Code: 98115
 
Record
SN01570931-W 20080514/080512215406-9cda74d4ebd91fa98ebb7481f7a1591d (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.