Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2009 FBO #2728
SPECIAL NOTICE

D -- Request for Information (RFI) from industry regarding regionalized local exchange telephone services for the United States Air Force (AF). - RFI Douments

Notice Date
5/14/2009
 
Notice Type
Special Notice
 
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
38EIGPKK001
 
Archive Date
7/14/2009
 
Point of Contact
Phillip Crowder,, Phone: 405-734-1397, David L Hines,, Phone: 405-734-9907
 
E-Mail Address
phillip.crowder@tinker.af.mil, david.hines@tinker.af.mil
 
Small Business Set-Aside
N/A
 
Description
Statement of Work - 12 May 09 Industry input. NAICS: 517110. The 38 Engineering Installation Group (EIG) is requesting feedback and best practices regarding the regionalization of local exchange telephone services for all U.S. AF sites within the states of AL, FL, GA, NC and SC. The Government intends to issue a solicitation resulting in multiple award indefinite delivery, indefinite quantity (IDIQ) contracts to all offerors who meet the requirements. Local exchange services include analog and digital access transport services and intra-Local Access Transport Area (LATA) interconnect functions the AF. The Contractor shall provide all transmission facilities, equipment, materials, maintenance, test equipment, and design layout needed to perform and provide local access and transport services and functions at the designated demarcation point. The contractor will be responsible for troubleshooting and maintaining the operation of the circuit up to its termination point. Access to the local exchange shall include: operator assistance, directory assistance (DA), and emergency 911/E911 services and functions. These services do not include residential/business services for non-Government entities or Government Contractors nor long distance services. For AF recruiters and smaller AF sites, only a portion of the services listed above will be required, particularly those sites that do not have an AF base telephone switch and are subject to standard commercial practices. The IDIQ contracts' performance period will be five years, with up to five additional option periods (for a potential total 10-year contract life). Each responsive/responsible offeror receiving an award will be guaranteed a designated minimum (possibly one site) within the region issued via task order. The task orders will be issued for a period of 5 years using Fair Opportunity procedures. The Government's intent is to eventually implement this regionalization concept to satisfy AF local exchange service needs nationwide. The firm-fixed priced proposals for the site specific task orders will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures in accordance with Federal Acquisition Regulation (FAR) Part 15.101-2 (IAW FAR 13.106-2(b), 14.201-5(c), and 15.204-5(c)) For the purpose of task order awards, offers will be evaluated for acceptability of evaluation factors described below: FACTOR 1: Technical FACTOR 2: Cost/Price a. Order of Importance Factors 1 and 2 are of equal importance. b. Evaluation Methodology Offers will be listed from lowest to highest price. After price is evaluated the technical acceptability evaluation will begin; starting with the lowest evaluated priced offeror. The first proposal evaluated as technically acceptable will be considered the best value proposal and all other technical evaluations will cease. c. Technical Factor FACTOR 1 - TECHNICAL EVALUATION CRITERIA. By submission of an offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. All offeror's shall be evaluated for technical acceptability. Failure to meet a requirement may result in an offer being determined technically unacceptable. The evaluation process shall proceed as follows: The Government technical evaluation team will evaluate the technical proposals on a pass/fail basis, assigning ratings of Acceptable, Reasonably Susceptible of Being Made Acceptable, or Unacceptable. A decision on the technical acceptability of each Offeror's technical proposal shall be made. Only those offers determined to be technically acceptable, either initially or as a result of discussions, will be considered for a IDIQ contract award. d. Cost/Price Factor (1) The offeror's cost/price proposal will be evaluated for award purposes by multiplying the proposed unit price by the total quantity. (2) Unrealistically low proposed const/prices may be grounds for eliminating a proposal from competition either on the basis that the offeror does not understand the requirement or the offeror has made an unrealistic proposal. Submit comments or best practices pertaining to this RFI to the e-mail address(es) above. Submit all questions to above e-mail address(es) no later than noon, CST, 22 May 09.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/spg/USAF/AFMC/38EIGPK/38EIGPKK001/listing.html)
 
Place of Performance
Address: Air Force Bases located in FL, GA, AL, SC and NC, United States
 
Record
SN01817456-W 20090516/090514220518-4f95c320947322235d9695767029cf27 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.