Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2012 FBO #3781
SOLICITATION NOTICE

R -- Wide Area Network Connectivity - Cloud A

Notice Date
3/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
 
ZIP Code
20894
 
Solicitation Number
NIHLM2012352WANA
 
Archive Date
4/17/2012
 
Point of Contact
Amy Sheib, Phone: 3014966546
 
E-Mail Address
ap370t@nih.gov
(ap370t@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
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 contained in this notice. This announcement constitutes the formal Request for Quotation NIHLM2012352WANA and a written solicitation WILL NOT be issued. The solicitation document and incorporated provisions and clauses are those in effect through February 2012 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars 2005-55. The NAICS code is 517110. It is the intent of the National Library of Medicine (NLM) to negotiate with a contractor to provide Wide Area Network Connectivity - Cloud A. The Department of Health and Human Services (HHS) has a requirement for a new wide area network (WAN) to interconnect three (3) HHS Trusted Internet Connection (TIC) site locations. This new WAN will serve as the backbone transport for HHS TIC on-net traffic. Listed below are the specific physical, operational, and technical ISP requirements for each of the three HHS TIC Internet connection sites. Specific HHS TIC Wide Area Network Connectivity Requirements - Cloud A 1. Each designated HHS TIC site location requires a 10Gbps bandwidth connection into the vendor network service. 2. Service to be set up as point to multi-point. 3. The proposed vendor solution must support a minimum 99.995% availability metric. 4. The proposed vendor solution must support telecommunications service priority (TSP) to ensure rapid service restoration. 5. The proposed vendor solution average packet transit time through the vendor network is not to exceed 70ms end-to-end. 6. HHS intent is to manage traffic in and out of vendor cloud. Therefore, the proposed vendor solution must support packet traffic tagging. 7. Service must not impede IPv4 and IPv6 traffic through the vendor cloud. 8. Vendor service turn up expediency will be considered as a weighted value HHS WAN Site Locations - Cloud A 1. Indian Health Service (IHS), 1011 Indian School Rd NW, Albuquerque, NM 87104 2. Center for Disease Control (CDC), 1600 Clifton Rd NE, Building 21, Atlanta, GA 30329 3. National Institutes of Health (NIH), 9000 Rockville Pike, Bethesda, MD 20817 Service Options Bandwidth Capacity Upgrade Provide pricing for Wide Area Network Connectivity - Cloud A Optional bandwidth capacity for future upgrade in multiple increments of 10Gbps in addition to above, including adherence to requirements numbering 2 through 8 listed above. It is anticipated that ONE IDIQ AWARD will be made from this solicitation. Individual orders will be firm fixed-price. This requirement is for one base year with options for four (4) successive one year periods. The period of performance is on or about May 1, 2012. The offeror shall include all information which documents and/or supports the qualification criteria in one clearly marked section of its proposal. All proposals received by April 2, 2012, 11:59 P.M. (Eastern Standard Time) will be considered by NLM. Responses must be in writing, and must include pricing information and meet the criteria requirement. Offerors may propose all or any combination of the services, but proposal must clearly specify the services being offered. All responses from responsible sources will be considered. Inquiries regarding this procurement may be made to Amy Sheib, ap370t@nih.gov in writing. Please submit ONE electronic copy of the proposal on or before 11:59 PM EST, April 2, 2012 to: Amy Sheib, ap370t@nih.gov. The contractor shall comply with all applicable Federal, State, and local laws, executive orders, rules and regulations applicable to its performance under this contract. Full text of clauses and provisions are available at Federal Acquisition Regulation (FAR): http://www.arnet.gov/far/. The FAR provisions and clauses sited herein are incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provision of FAR 52.212 1, Instructions to Offerors Commercial Items (June 2008). FAR 52.212-2, Evaluation - Commercial Items (January 1999). Offerors are advised to provide with their offer a completed copy of the following provisions: FAR 52.212 3, Offeror Representations and Certifications Commercial Items (May 2011)-With DUNS Number Addendum [52.204-6 (April 2008)]. The following FAR clauses apply to this acquisition: FAR 52.212 4, Contract Terms and Conditions Commercial Items (June 2010) - With Addenda [Stop Work Order, FAR 52.242-15 (August 1989) and Year 2000 Compliance (July 1997)]; FAR 52 212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (August 2011).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2012352WANA/listing.html)
 
Record
SN02710983-W 20120401/120330235939-daae71319792bf5f52ebcab4aefbdc80 (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.