Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SPECIAL NOTICE

D -- Notice of intent to award sole source

Notice Date
4/7/2010
 
Notice Type
Special Notice
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-10-T-0014
 
Archive Date
7/6/2010
 
Point of Contact
Terri Hover, 6153132658
 
E-Mail Address
USPFO for Tennessee
(terri.hover@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice of intent to award a sole source purchase order to AT&T Government Solutions. The award will be made for the purchase of the services described below. This procurement is being conducted under Federal Acquisition Regulation (FAR) Part 6.302-1, for Other than Full and Open Competition and FAR Part 13, Simplified Acquisition Procedures. All inquiries and concerns must be addressed in writing to USPFO for Tennessee Contracting Division Attn: Terri Hover, PO Box 41502 Nashville, or sent by email to terri.hover@us.army.mil. Telephone requests or inquiries will not be accepted. Responses to this notice shall be received no later than 4:00 PM Central Time, Tuesday, April 09 2010. A determination not to compete this requirement is within the discretion of the Government. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements. The point of contact for this announcement is Terri Hover, Contract Specialist, at terri.hover@us.army.mil. The following justification and approval is provided for other than full and open competition for this purchase. 1. This request for justification for other than full and open competition is to establish and pay for services that were divided between the State of Kentucky and the State of Tennessee described below for the Tennessee Army National Guard. 2. These services are to be performed on existing circuits for replicating coop data. 3. The total estimated value of these services is on file at this contracting office and can be obtained through Freedom of Information Act procedures. 4. Statutory Authority: FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. 5. The AT&T Government Solutions has proprietary rights to AT&T equipment the parts required for these services and have technicians who are technically qualified to perform the service, therefore making them the only source capable of fulfilling this requirement. 6. No other efforts to solicit other contractors will be made via http://www.fedbizopps.gov in accordance with FAR 5.2. The Intent is to Award Sole Source on April 12, 2010. 7. The anticipated cost of this acquisition is determined fair and reasonable by comparison of prices proposed by the offeror of items that are listed on agreement W912L7-09-A-0011. 8. Efforts were made to identify other sources of competition by advertising this requirement on GSA. 9. There are no other facts to support the use of other than full and open competition. 10. No actions to remove barriers to competition will be taken, as the AT&T Government Solutions is the only known vendor who can provide this service. 11. This justification is accurate and complete to the best of my knowledge and belief. Scope of Work 1. The Government requires communication services over DSI/T1 data lines on existing circuits between Kentucky and Tennessee which are dedicated connections between the Tennessee United States Property and Fiscal Office DPI SAN and the Kentucky United States Property and Fiscal Office DPI SAN. This connection facilitates the replication of Tennessee and Kentucky data between the two sites as part of a Continuity of Operation agreement between Tennessee and Kentucky. 2. References: Two DSI/T1 lines with Existing Circuits Information available through the Freedom of Information Act. 3. Service to be provided: a. Monthly Services over DSI/T1 communication data lines b. Contractor shall provide technically qualified personnel to conduct all services. c. Contractor shall provide all necessary tooling required to complete these services. d. Contractor shall provide all necessary parts for the completion of the Services. 4. Proposals: Vendors shall submit a technical proposal and a pricing proposal in response to this Request For Quote a. Technical Proposals shall contain the following: i) A plan detailing how the vendor intends to perform each type of service listed in this statement of work April 9, 2010 ii) Qualifications of the vendors employees who will be performing the work described. ii) Recent and relevant past performance for this type of work. Recent is defined as past performance within the last three years. Relevancy is defined as the same type of work as that contemplated by this Request for Quote. b. Pricing Proposals shall contain the following: i. A price per monthly service for each DSI/T1 Lines ii. A total price for all services for both DSI/T1 Lines. 5. Evaluation Criteria: Award will be made to the lowest priced vendor who submits a technically acceptable proposal. To be considered technically acceptable the vendors proposal shall: a. Submit a plan demonstrating they are capable of performing these types of services. This plan shall describe how the vendor intends to accomplish each task and requirement of this statement of work. b. Provide recent and relevant experience performing this type of work successfully. c. Complete service NLT April 15, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-10-T-0014/listing.html)
 
Record
SN02115439-W 20100409/100407235413-4fa39a8706750a5a380fffde871a7dee (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.