Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
MODIFICATION

D -- An Ethernet Solution

Notice Date
3/7/2012
 
Notice Type
Modification/Amendment
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W90M8L-2038-0600
 
Point of Contact
Diane N. Johnson, Phone: 8014324094
 
E-Mail Address
diane.n.johnson@us.army.mil
(diane.n.johnson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. Solicitation W90M8L-2038-0600 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-12. This solicitation is issued as an unrestricted procurement. The North American Industry Classifications System Code (NAICS) is 518111. SPECIFICATIONS: The USPFO for Utah has a requirement to contract for An Ethernet Solution Services. Selected Company will provide installation of a fully meshed layer 2 network, with the ability to implement multiple virtual connections to segment traffic to Utah Army National Guard Armories in the following Cities: Circuit Locations Bandwidth Requirement American Fork, UT 84003 - 20 Mb; Beaver, UT 84713 - 10 Mb; Brigham City, UT 84302 - 10 Mb; Cedar City, UT 84720 - 10 Mb; Draper, UT 84020 - 400 Mb; Lehi, UT 84043 - 10 Mb; Logan, UT 84321 - 20 Mb; Ogden, UT 84404 - 20 Mb; Orem, UT 84058 - 20 Mb; Richfield, UT 84701 - 5 Mb; Riverton, UT 84065 - 100 Mb; Salt Lake City, UT 84116 - 10 Mb; South Ogden, UT 84405 - 5 Mb; Spanish Fork, UT 84660 - 10 Mb; Springville, UT 84663 - 5 Mb; St. George, UT 84790 - 100 Mb; Tooele, UT 84074 - 5 Mb; West Jordan, UT 84084 - 40 Mb; The network, solution is required to use copper and fiber with Quality of Service (QOS) enabled on either delivery method. The network solution is required to connect sites to the carriers Multiprotocol Label Switching (MPLS) network through the carrier Point of Presence (POP) and not be dependent on the customers' main Headquarter site for the interconnect. This connection needs to be fully diverse and independent of the Ethernet network and be able to connect back to the Ethernet network at the POP. The network is required to be proactively monitored by the carrier, both physical and logical layer. The proposed solution is required to have options for diversity, protect path from the customer premise, protect route, and Central office avoidance from our main Headquarters site in Draper. *NOTE: Provide a quote for the Ethernet installation for each location and a separate quote for the monthly service charge for each location. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract. FAR 52.203-3 - Gratuities FAR 52.203-6 ALT I - Restrictions on Subcontractor Sales to the Government FAR 52.204-2 ALT II - Security Requirements FAR 52.204-4 - Printed or Copied - Double Sided on Post-Consumer Fiber Content paper FAR 52.204-7 - Central Contractor Registration FAR 52.204-9 - Personal Identity Verification of Contractor Personnel FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 - Instructions to Offerors--Commercial Items FAR 52.212-2 - Evaluation --Commercial Items FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I FAR 52.212-4 - Contract Terms and Conditions--Commercial Items FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. FAR 52.219-8 - Utilization of Small Business Concerns FAR 52.219-14 - Limitation on Subcontracting FAR 52.219-28 - Post Award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Veterans FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-37 - Employment Reports on Veterans FAR 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-41 - Service Contract Act FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires FAR 52.222-44 - Fair Labor Standards Act and Service Contract Act - Price Adjustment FAR 52.222-50 - Combating Trafficking in Persons FAR 52.222-54 - Employment Eligibility Verification FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.232-33 - Payment by Electric Funds Transfer-Central Contractor Registration FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.223-3 - Hazardous Material Identification and Material Safety Data FAR 52.223-5 - Pollution Prevention and Right-to-know Information FAR 52.228-5 - Insurance - Work on a Government Installation FAR 52.233-2 - Service of Protest FAR 52.237-2 - Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2 - Clauses Incorporated by Reference DFARS 252.201-7000 - Contracting Officer's Representative DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7004 - Central Contractor Registration, Alternate A DFARS 252.204-7005 - Oral Attestation of Security Responsibilities DFARS 252.209-7001 - Disclosure of Ownership or Control by a Government of a Terrorist Country DFARS 252.212-7000 - Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.225-7000 - Buy American Act - Balance of Payments Program Certificate DFARS 252-225-7001 - Buy American Act and Balance of Payments Program DFARS 252.225-7008 - Restriction on Acquisition of Specialty Metals DFARS 252.225-7012 - Preference for Certain Domestic Commodities DFARS 252.225-7020 - Trade Agreements Certificate DFARS 252.225-7021 - Trade Agreements DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7002 - Requests for Equitable Adjustment DFARS 252.247-7023 - Transportation of Supplies by Sea DFARS 252.223-7006 - Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.232-7010 - Levies on Contract Payments EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offeror's capability to provide a quality product that meets the Government's needs (Technically acceptable) and (2) Total cost or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. Quotes shall be received NLT 4:30 P.M. MST on March 14, 2012 and shall be sent via e-mail to Diane Johnson at diane.n.johnson@us.army.mil. Questions regarding this solicitation shall be in writing and shall also be sent via e-mail. No telephone calls will be accepted or returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W90M8L-2038-0600/listing.html)
 
Record
SN02691427-W 20120309/120307235851-e41b996149a2c2857ecefd9683036c52 (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.