Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
MODIFICATION

D -- Internet Service and VOIP Phone and Security Video Monitoring

Notice Date
7/29/2016
 
Notice Type
Modification/Amendment
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Colorado, Attn: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, Colorado, 80011-9511
 
ZIP Code
80011-9511
 
Solicitation Number
W912LC-16-T-0087
 
Archive Date
8/20/2016
 
Point of Contact
Michael Furtney, Phone: 720-250-4038
 
E-Mail Address
michael.b.furtney.mil@mail.mil
(michael.b.furtney.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Storefront Internet and Phone Service for Recruiting Office Michael Furtney Contract Specialist USPFO, Colorado (720) 250-4038 michael.b.furtney.mil@mail.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6 and supplemented with additional information included in this notice. This solicitation is issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-88. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil/. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation W912LC-16-T-0087 is issued as a request for quotation. The Colorado Army National Guard will be awarding a Firm-Fixed Price Contract for office internet service, VOIP phone service, and indoor and outdoor video security monitoring with email and SMS notifications This solicitation is 100% set aside for small businesses. NAICS Code 517110, 1500 Employees Solicitation Closes: Friday 5 Aug 2016 at 6:00am (Mountain Time Zone) All quotes must be received electronically by email to michael.b.furtney.mil@mail.mil by the closing date and time. All questions must be emailed to the email address listed above. Award Information: All responsible quotes received by the closing date and time will be considered for award. Responsible quotes will be formatted to match solicitation contract line item numbers (CLINS). To be eligible for award for this solicitation, the offeror must be registered in the System for Award Management (SAM) at (www.sam.gov) at time of contract award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers. Technical capability, past performance, price, socioeconomic status, and company initiatives supporting environmental protection programs. All evaluation factors other than price, when combined, are approximately equal to price. CLIN Structure for Quotes CLIN 0001 Internet and Phone Service Base Year (12 Months), QTY= 1 Job, Unit Price=$, Amount=$ CLIN 0002 Security Service Base Year (12 Months), QTY= 1 Job, Unit Price=$, Amount=$ CLIN 0003 Internet and Phone Service Option Year 1 (12 Months), QTY= 1 Job, Unit Price=$, Amount=$ CLIN 0004 Security Service Option Year 1 (12 Months), QTY= 1 Job, Unit Price=$, Amount=$ CLIN 0005 Internet and Phone Service Option Year 2 (12 Months), QTY= 1 Job, Unit Price=$, Amount=$ CLIN 0006 Security Service Option Year 2 (12 Months), QTY= 1 Job, Unit Price=$, Amount=$ Statement of Work 1. Purpose To provide storefront internet, phone service, and security monitoring capability in support of recruiting and retention. 2. Scope of Work Services to be provided shall include: Fast and reliable Ethernet connections and phone lines for multiple users, as well as a "guest" wireless connection in 4 different recruiting storefronts in Colorado. 3. Background and Objective Colorado Army National Guard Recruiters use laptop computers to conduct applicant interviews, process enlistment packets, perform market analysis, and access many web based systems as part of their duties. All recruiters are equipped with portable internet devices provided by a mobile phone carrier but they are restricted to the quality of the cell signal and are therefore limited in the amount and quality of data that can be transmitted. These devices are good for mobile use but insufficient for heavy workloads that include high volumes of email traffic and multiple document uploads. The recruiting offices must have reliable and uninterrupted service that allow VPN connections, handle heavy workloads and be able to process information quickly and efficiently. 4. Specifications: a. Provide high speed internet connection for the following locations. (1). Greeley: 100 MB dn, 20 MB up for up to 5 users plus guest wireless. (2). Thornton: 150 MB dn, 20 MB up for up to 5 users plus guest wireless. (3). Littleton: 150 MB dn, 20 MB up for up to 5 users plus guest wireless. (4). Fountain: 250 MB dn, 25MB up for up to 10 users plus guest wireless. b. VOIP phone service for all above users for a total of 25 lines. A single analog line at each storefront for fax use for a total of 4 lines. c. Automated security service that will enable indoor/outdoor video monitoring with email and SMS notification. 5. General Building Information Greeley Storefront 3489 West 10th St. Suite C Greely, CO 80634 Thornton Storefront 550 East Thornton PKWY Suite 182A Thornton, CO 80229 Littleton Storefront 191 West Mineral Ave Suite 110A Littleton, CO 80120 Fountain Storefront 6436 South US HWY 85 Suite J Fountain, CO 80817 6. Additional Information and Requirements: These storefronts are leased by the state of Colorado. All installation is required to be removable upon termination of the lease. Permanent modification of any storefront will require review and approval from lessor prior to installation. 7. Schedule: A. Hours of Work: Availability for pre-installation site visits and installation will be Mon-Fri, 9am to 6pm. B. Duration of Task: Services to be installed and fully functional starting 1 August, 2016 and run on a year to year contract. 8. Government Furnished Resources The following resources will be provided by the government: None. Delivery of all Contract line items is due no later than __1 August 2016 Special Instructions The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Colorado Army National Guard via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil The following FAR clauses are applicable to this acquisition: Clause at 52.202-1, Definitions Clause at 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Provision at 52.212-1, Instructions to Offerors - Commercial Items. Provision at 52.212-2, Evaluation -- Commercial Items. Provision at 52.212-3 ALT 1, Offeror Representations and Certifications -- Commercial Items. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The following additional FAR clauses apply to this acquisition; 52.219-6, Notice of Total Small Business Set Aside; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities;, 52.222-41, Service Contract Labor Standards; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; Clause at 52.223-18, Contractor Policy to Ban Text Messaging While Driving Clause at 52.225-13, Restriction on Certain Foreign Purchases Clause at 52.232-30, Installment Payments for Commercial Items Clause at 52.252-2, Clauses Incorporated by Reference Clause at 252.203-7000, Requirements Relating to Compensation of Former DoD Officials Clause at DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. Clause at 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting Clause at DFAR 252.232-7003, Electronic Submission of Payments and Receiving Reports. Clause at DFAR 252.232-7006, Wide Area Workflow Payment Instructions Clause at DFAR 252.232-7010, Levies on Contract Payments Clause at DFAR 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W912LC-16-T-0087/listing.html)
 
Place of Performance
Address: Multiple, Colorado, United States
 
Record
SN04201164-W 20160731/160729234144-24c40e9037df0360c67253d2c25aec5d (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.