Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2009 FBO #2643
SOLICITATION NOTICE

D -- High Speed WAN Connection between CBOC located in La Grande, Oregon, and VAMC located in Walla Walla, Washington Modification 2, Performance Start Date is 03/30/09

Notice Date
2/18/2009
 
Notice Type
Modification/Amendment
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of Veterans Affairs, Walla Walla VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Contracting Officer (620);Jonathan M. Wainwright Memorial VAMC;77 Wainwright Drive;Walla Walla WA 99362-3994
 
ZIP Code
99362-3994
 
Solicitation Number
VA-260-09-RQ-0251
 
Response Due
2/20/2009
 
Archive Date
3/2/2009
 
Point of Contact
Charlene Duncancharlene.duncan@va.gov<br />
 
Small Business Set-Aside
N/A
 
Description
This modification is issued to revise the performance start date from March 1, 2009, to March 30, 2009. The Veterans Affairs Medical Center, Walla Walla, intends to award a contract for a high speed wide area network (WAN) connection. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 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 is Request for Proposal VA-260-09-RQ-0251. The solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-28. This solicitation is unrestricted. All offers submitted from responsible vendors will be considered. Contractors must complete and submit 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. FAR clauses 52.212-2 Evaluation-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items; and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.217-8 Option to Extend Services (fill-in is 30 calendar days); 52.217-9 Option to Extend the Term of the Contract (fill ins are (a) 60 calendar days and (c) five years); and 52.232-18 Availability of Funds are applicable to this action. VAAR clauses applicable to this acquisition are 852.233-70, Protest Content/Alternate Dispute Resolution; 852.233-71, Alternate Protest Procedure; 852.237-70, Contractor Responsibilities (fill-in States of Oregon and Washington). This acquisition is subject to the Service Contract Act and clause 52.222-41 Service Contract Act of 1965 is applicable. The full text of clauses may be viewed at either http://www.acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil/VFvara.HTM. Offers shall be submitted no later than February 20, 2009, via email to Charlene Duncan, Contracting Officer at charlene.duncan@va.gov or by sealed envelope to VA Medical Center, 77 Wainwright Drive, Mail Stop 620, Walla Walla, WA 99362. Contractor shall provide all necessary equipment, labor and materials necessary to perform the work described herein. DESCRIPTION: Install one high speed wide are network (WAN) connection capable of transferring 10 megabytes per second. Connection shall be a non-redundant single mode optical fiber system. Termination of the single virtual local area network (VLAN) shall be at the Community-Based Outpatient Clinic (CBOC) located at 202 12th Street, Room 121, La Grande, Oregon 97850. The connection shall span to the VAMC located at 77 Wainwright Drive, Building 74, Room 106, Walla Walla, WA 99362. Circuit latency shall be under 10ms. Circuit availability shall be 99.999%. Contractor Serviced Equipment. Contractor shall be responsible for all necessary service and maintenance of Contractor-owned equipment to include equipment located at the government facility. Government Property and Utilities. A 19" equipment rack has available space for Contractor-owned equipment necessary for the performance of this contract. AC power required by Contractor-owned equipment is available at each end of the circuit. Performance Standards. Circuit must perform to the following standards: (1) Data transfer rate shall be a minimum of 10 megabytes per second; (2) Circuit latency shall be no more than 10ms; and (3) Circuit availability shall be a minimum of 99.999%. Quality Control Plan. Contractor must provide quality control plan to include corrective action and timeframe for each performance standard that fails to meet the measurement, above. Performance Period. The contract will be for a 1-year base period and four (4) 1-year option periods to be exercised at the Government's discretion. Offers will be evaluated on ability to respond to trouble calls and on past performance. Technical and past performance, when combined, are more important than price. Offors MUST submit a Quality Control Plan which must show time response (1 hour) to trouble calls and MUST provide a list of references with contact information for the past 2 years. All responsible sources may submit notice of interest and ability to perform the contract which, if received in a timely manner will be considered. To obtain a copy of the pricing schedule and evaluation criteria, contact the Contracting Officer at charlene.duncan@va.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fb50aa49c079f06c5a7f8556c7a95d09&tab=core&_cview=1)
 
Record
SN01752378-W 20090220/090218215935-fb50aa49c079f06c5a7f8556c7a95d09 (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.