Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
MODIFICATION

D -- Telecommunication Operations and Support Services (TOSS)

Notice Date
7/19/2011
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 12300 Twinbrook Parkway, Rockville, Maryland, 20852-2738, United States
 
ZIP Code
20852-2738
 
Solicitation Number
OIS-11-286
 
Point of Contact
Heriberto (Eddie) Colon, Jr., Phone: 301-492-3620, Dominique Malone, Phone: 301-492-3613
 
E-Mail Address
heriberto.colon@nrc.gov, Dominique.Malone@nrc.gov
(heriberto.colon@nrc.gov, Dominique.Malone@nrc.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
On behalf of the U.S. Nuclear Regulatory Commission (NRC) Office of Information Systems (OIS), the NRC Office of Administration, Division of Contracts will soon be posting an 8(a) set-aside competitive Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The goal of this follow-on acquisition is to maintain the NRC's telecommunication systems that support data, voice cable TV, and broadband communications. The scope of the contract may include acquisition of the following types of requirements: • Day-to-day operational support of data, voice, and cable TV/broadband services; moves, adds, changes and disconnects of telecommunications hardware • Infrastructure cabling between devices • Management of government furnished equipment and NRC's voicemail system. The period of performance of the IDIQ contract will include a base period of one year (beginning on or about December 1, 2011) and four one-year option periods to extend the term of the contract. The potential ceiling amount for the IDIQ contract, inclusive of options, is $8,900,000. The task orders to be negotiated and awarded under the IDIQ contract may utilize the Firm-Fixed Price (FFP), Labor-Hour (LH) and/or Time-and-Materials (T&M) contract types. The solicitation will include clauses required by FAR Part 12, and other clauses required by the FAR and the NRC Acquisition Regulation. The Government will evaluate proposals using a best-value tradeoff source selection process and intends to make a single award. Anticipated evaluation factors include technical and management approach, past performance and evaluated cost/price. The relative importance of each evaluation factor and the specifics for those factors will be addressed in the solicitation. The NRC anticipates posting the solicitation to www.fbo.gov on or about July 20, 2011. The solicitation will only be available on www.fbo.gov. The Government anticipates proposals being due thirty (30) days after the solicitation is posted to www.fbo.gov. It is the responsibility of each potential offeror to periodically check www.fbo.gov to obtain the solicitation and any related amendments. The incumbent Contractor for this requirement is 3Links Technologies, Inc. of Silver Spring, Maryland.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/OIS-11-286/listing.html)
 
Place of Performance
Address: U.S. Nuclear Regulatory Commission, 11554 and 11555 Rockville Pike, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN02503205-W 20110721/110720001127-3bf01153ec619f42bae80821a6bd78df (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.