Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2011 FBO #3661
MODIFICATION

D -- Internet Service San Juan

Notice Date
12/1/2011
 
Notice Type
Modification/Amendment
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
 
ZIP Code
20535
 
Solicitation Number
2012SJ2021451
 
Archive Date
12/27/2011
 
Point of Contact
Catherine A. Markardt, Phone: 703-814-4917
 
E-Mail Address
catherine.markardt@ic.fbi.gov
(catherine.markardt@ic.fbi.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment No. 2 - This RFQ is being amended to extend the closing date from 12/7/2011 until 12/12/2011 at 1300 hours EST. This amendment may be extended further pending FBI responses to questions received. Amendment No. 1 - This RFQ is being amended to extend the closing date from 11/30/2011 until 12/7/2011 at 1300 hours EST. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Federal Bureau of Investigation (FBI) is issuing a Request for Quotation (RFQ) under number RFQ 2012/SJ2021451. All future information about this RFQ including amendments will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this RFQ. The resultant contract will be a firm-fixed price contract for a Base Period and a possible four (4) one-year options. This quote and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. This RFQ is being set-aside exclusively for small businesses and is issued under the North American Industry Classification System (NAICS) Code 517110 with a Small Business Size Standard of 1,500 employees. The FBI has the following requirement for an Internet service for the FBI's San Juan Division Field Office and Resident Agency (RA) locations: Location Description Description San Juan Field Office Internet Service * - Dedicated 3Mbps Bandwidth (upstream and Downstream) - Redundant 1.5 mbps (upstream and downstream) connection via separate carrier - 5 Static IPs (Satellite Connection) Ponce RA Internet Service * - Dedicated 1.5Mbps Bandwidth (upstream and Downstream) - 1 Static IP - (Satellite Connection) Fajardo RA Internet Service * - Dedicated 1.5Mbps Bandwidth (upstream and Downstream) - 1 Static IP (Satellite Connection) Aguadilla RA Internet Service * - Dedicated 1.5Mbps Bandwidth (upstream and Downstream) - 1 Static IP (Satellite Connection) Catano RA Internet Service * - Dedicated 1.5Mbps Bandwidth (upstream and Downstream) - 1 Static IP (Satellite Connection) Quote shall include all applicable charges related to installation. Delivery: 30 days after receipt of award or sooner. Inspection and acceptance will take place at delivery location. Submit quotes electronically to Catherine.markardt@ic.fbi.gov on or before December 12, 2011, 1300 hours (Eastern Standard Time). Responses must be marked as follows: "RFQ 2012/SJ2021451. Questions may be submitted to Catherine.markardt@ic.fbi.gov. no later than 1300 hours EST, November 28, 2011. Telephone calls will not be accepted. The following provisions and clauses apply to this procurement and the full text of a clause may be accessed electronically at: http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offerors; FAR 52.212-2, Evaluation - Commercial Items - Award will be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering technical acceptability, price, delivery and past performance. The offeror shall provide at least two (2) points of contact of companies, other Government entities that have utilized same or similar services. Please ensure correct contact information. The Government reserves the right to award without discussions; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items are incorporated. Contractors may submit their online Representations and Certifications Application (ORCA) at the following site http://orca.bpn.gov; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items, apply to this solicitation. The following additional clauses under FAR 52.212-5 are applicable: 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action's for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-34 Payment by Electronic Funds Transfer. FAR 52.204-7 - Central Contractor Registration. - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Contractor Certification of Compliance with Federal Tax Requirements By submitting a response to a solicitation or accepting a contract award, the contractor certifies that, to the best of its knowledge and belief, the contractor has files all Federal tax returns required during the three years preceding the certification, has not been convicted of a criminal offense under the Internal Revenue Code of 1986, and has not, more than 90 days prior to certification, been notified of any unpaid Federal Tax assessment for which the liability remains unsatisfied, unless the assessment is the subject of an installment agreement or offer in compromise that has been approved by the Internal Revenue Service and is not in default or the assessment is the subject of a non-frivolous administrative or judicial proceeding. The following are the required security requirements if contractor requires more than drop off access. The contractor employees may be required to complete form SF-86, - Questionnaire for Sensitive Positions, FD-816 - Access of Non-FBI-Personnel to FBI Facilities, two copies of form FD-258 - Fingerprint Cards and FD-484 - Privacy Act. These forms or other information required for the background investigation shall be submitted to the POC within three weeks of notification of contract award, or as requested by the POC. Forms to be provided by POC after contract award, if applicable. All Contractor employees may undergo a background investigation, the scope of which will be determined by the FBI, and may require a polygraph examination, before access to the FBI facility will be permitted. The FBI will have full and complete control over granting, denying, withholding or terminating access for contractor employees. At the discretion of the FBI, Contractor personnel may be interviewed by the FBI regarding foreign travel, associates, residences or other matters of concern to the FBI in deciding whether to grant access to its facilities or property. Refusal or failure to accurately complete the required forms, to be interviewed, etc. to resolve any questionable matters will be deemed reasonable cause for denial of access to FBI facilities. If for any reason a Contractor employee is denied access to any FBI facility, the FBI will not disclose to the Contractor the reason for denial, nor will the FBI be liable for any expense in the replacement of the individual or any costs incurred by the Contractor as a result of such denial. The FBI reserves the right to revoke any Contractor's employee access to its facilities or property where such access is no longer clearly consistent with the FBI's mission and responsibilities. The Contractor agrees to immediately remove that individual from the FBI facility in such circumstances. In cases of access revocation, the FBI will inform the individual of the basis for the revocation unless to do so would reveal classified or sensitive information, and give the individual an opportunity to explain, rebut or refute such basis in writing. Access will remain revoked pending prompt review of any such submission by the individual. 2) Access to FBI facilities, if required, is subject to specific security requirements, which must be satisfied prior to access. The FBI will furnish badges authorizing escorted or unescorted access to FBI facilities, if required. Badges will be kept at a location to be determined by the FBI and shall be picked up upon arrival at FBI premises by the Contractor employees granted access. Badges shall be worn at all times on the upper part of the body so as to be clearly visible and will be returned to the FBI whenever the wearer leaves FBI premises for any reason or any length of time. 3) Any information technology system utilized to support unclassified contract performance, if applicable, shall be operated in accordance with FBI certification and accreditation policies and procedures. The contractor shall identify in their RFQ response of any information technology system needed to support this requirement, if applicable. Specific questions regarding this process can be made to the Security Division, Ms. Joann Saunders at 202-324-9230 as to the required certification and accreditation process.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/2012SJ2021451/listing.html)
 
Place of Performance
Address: See notice, San Juan, Puerto Rico, Puerto Rico
 
Record
SN02631480-W 20111203/111201234403-dd067ef416249a5a07d9bc2e3c3c5293 (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.