Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2009 FBO #2924
SOLICITATION NOTICE

D -- Combined synopsis/solicitation for Sole Source Contract to provide telecommunication equipment and services for PD ASE and Program Manager Airworthiness.

Notice Date
11/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
AMCOM Contracting Center - Redstone Installation (AMCOM-CC), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W905J103240B20
 
Response Due
11/30/2009
 
Archive Date
1/29/2010
 
Point of Contact
Rhonda M. Reeves, 256 842-7532
 
E-Mail Address
AMCOM Contracting Center - Redstone Installation (AMCOM-CC)
(rhonda.m.reeves@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. In accordance with FAR 6.302-1, the Government intends to award a sole source contract for telecommunication equipment and services for PD ASE and Program Manager Airworthiness to Mutual Telecom Services, Inc. (MTS). MTS, Mutual Telecom Services, Inc., 250 First Avenue, Suite 301, Needham, MA 02494, has been identified as the only source that can satisfy the agencys needs within the required time. 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 associated NAICS code is 235310 and the small business size standard is $14Million. The small Business Compteitiveness Demonstration Program is not applicable. Requirement is as follows: 1. At 6726 Odyssey Dr. room 181 the contractor shall furnish and install one 84 inch rack and five Adtran SLC 96 Channel Banks. These channel banks will connect to the Redstone DCO Bldg. 5298 over a government procured DS3 back to Bldg. 5298. Two of these channel banks shall be fully equipped for Basic Rate ISDN. 2. At the DCO building 5298 on Redstone the contractor shall furnish and install three integrated SLC 96 channel banks equipped to provide service to analog phones. The contractor shall install two universal SLC 96 channel bank fully equipped to provide Basic Rate ISDN (BRI) service. 3. The contractor shall furnish and provision equipment at both 5298 Redstone and 6726 Odyssey to convert the DS3 to 28 T1s. 4. The contractor shall move and cross connect approximately 257 analog and 20 BRI numbers from existing Redstone facilities to the channel banks mentioned above. The desk top wiring will exist and be terminated near the proposed new channel banks. 5. All work should be In Accordance With all references listed throughout the PWS to include Site Unique Requirements and the D.O.D. Unified Facilities Criteria 6. Manpower Reporting: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors; (7) Total payments (including sub-contractors): (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment of contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors Commercial. The offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. 52.212-4, Contract Terms and Conditions -- Commercial Items. 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 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: Technical capability and price. Award will be made to the lowest price technically acceptable offer. This solicitation is issued as a Request for Quote (RFQ). In accordance with FAR 5.207, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. All submissions and any questions regarding this request must be submitted via email to: rhonda.m.reeves@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cb322489b4c096418077371947347175)
 
Place of Performance
Address: AMCOM Contracting Center - Redstone Installation (AMCOM-CC) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02010229-W 20091126/091124234812-cb322489b4c096418077371947347175 (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.