Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2009 FBO #2704
SOLICITATION NOTICE

D -- Operations and Maintenance of the Base Telecommunications System (BTS) at Joint Base McGuire-Dix-Lakehurst NJ

Notice Date
4/20/2009
 
Notice Type
Presolicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 38 EIG/PK, 4064 Hilltop Road, Tinker AFB, Oklahoma, 73145-2713, United States
 
ZIP Code
73145-2713
 
Solicitation Number
FA8773-09-R-0001
 
Archive Date
10/20/2009
 
Point of Contact
Pamela McGowen,, Phone: 405-734-9637, Debra S Harrison,, Phone: 405-734-9706
 
E-Mail Address
pamela.mcgowen@tinker.af.mil, debra.harrison@tinker.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
The 38th Engineering Installation Group/PKL, Contracting Division, has a requirement for non-personal services for operation and maintenance of the Base Telecommunications Systems (BTS) at Joint Base McGuire-Dix-Lakehurst NJ. Pre-Proposal Conference details will be provided within the solicitation, provision 5352.215-9001, Notice of Pre-Bid/Pre-Proposal. The proposed contract is for a base period of 12 months with four one -year options. Contractor shall perform O&M on the switching system(s), transmission equipment, ancillary equipment, customer premise equipment (CPE), and the inside and outside cable plant as well as execute work orders. The Dial Central Office Voice Switching Systems are: MCGUIRE: The DCO switch is a NORTEL MSL-100 SuperNode, software MSL-15 and located in Building 1901 at McGuire AFB NJ approximately assigned 7,294 lines, and equipped for 8,689 ports; DIX: The DCO switch is a NORTEL MSL-100 SuperNode, software SE06 and located in Building 5321 on Fort Dix, NJ approximately assigned 5,500 lines, and equipped for 6,300 ports; LAKEHURST: The DCO switch is a Avaya S8710, with Comm. manager 4.x and is located in Hanger 1 on Lakehurst NAES, NJ approximately assigned 2881 lines, and equipped for 5128 ports. An Expansion Port Network ( EPN) is remote located in Bldg 355. Foreign participation is permitted only at the subcontractor level. Copies of the solicitation will be provided to foreign firms only in order that they may pursue subcontracting opportunities. This acquisition is competitively set aside 100% for business concerns, and a concern will be considered small under North American Classification System (NAICS) code 517110 with Size Standard 1,500 employees. An ESC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman, concerned parties should first address their concerns, issues, disagreements, and recommendations to the Contracting Officer for resolution. In addition, AFFARS Clause 5352.201-9101, Ombudsman, will be included in this acquisition's solicitation and contract. The ESC Ombudsman is the ESC Director, Commander's Staff, and can be contacted at: ESC/DS, Bldg 1606, 9 Eglin St, Hanscom AFB, MA 01731, Telephone 781-377-5106, Facsimile 781-377-4659; E-mail: ESC.Ombudsman@hanscom.af.mil. T elephone or verbal requests for the Request for Proposal (RFP) or questions will not be accepted or considered. The RFP will be paperless and will be released using the Federal Business Opportunities (FedBizOps) website at: www.fbo.gov only. The RFP will contain files in Microsoft Office 2007 and PDF formats. A registration page for the solicitation will be available at the solicitation Web page. All offerors who wish to participate in this solicitation must complete the registration page, which places them on the solicitation source list. Offerors should submit all questions or comments relative to the solicitation electronically only to both POCs listed above; no other format will be considered or accepted. All information pertaining to this acquisition, including technical (or other) questions and answers will be provided to/through the Contracting Officer ONLY to ensure equal distribution of information to interested parties via FedBizOps. All proposals must be submitted in accordance with the proposal preparation instructions contained within the solicitation. Vendors are required to be registered in Central Contractor Registration ( http://www.ccr.gov/index.asp ).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=42245f0c1912d2dd5737cd5c10964bac&tab=core&_cview=1)
 
Place of Performance
Address: Joint Base McGuire-Dix-Lakehurst NJ, McGuire, New Jersey, 08461, United States
Zip Code: 08461
 
Record
SN01797022-W 20090422/090420221230-42245f0c1912d2dd5737cd5c10964bac (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.