Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
SOURCES SOUGHT

D -- OSP Network Maintenance, Monitoring, and Locating

Notice Date
6/12/2018
 
Notice Type
Sources Sought
 
NAICS
517311 — Wired Telecommunications Carriers
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
OSP_Maintenance
 
Archive Date
7/11/2018
 
Point of Contact
Katie Day, Phone: 6182299265
 
E-Mail Address
katie.s.day.civ@mail.mil
(katie.s.day.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for Outside Plant (OSP) Network Maintenance, Monitoring, and Locating for the Joint Service Provider (JSP). CONTRACTING OFFICE ADDRESS: DISA/Defense Information Technology Contracting Office (DITCO), PL8231, Scott Air Force Base, IL INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Businesses) to provide the required products and/or services. The JSP is seeking information for potential sources for OSP Network Maintenance, Monitoring, and Locating of existing dark fiber. The OSP infrastructure consists of approximately 35 miles of fiber and conduit located within the Virginia Department of Transportation (VDOT), Arlington County and the City of Alexandria right of ways, connecting over 40 Government buildings along the route. The infrastructure is made up of a combination of Government owned fiber/conduit and Government leased fiber/conduit, with all pathways being owned by Jones Utility. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: N/A REQUIRED CAPABILITIES: a) Provide OSP network monitoring and locating. Contractor will coordinate/partner with Miss Utility for OSP Network Route Registering. Miss Utility is the communications center for excavators, contractors, property owners, and those planning any kind of excavation or demolition. b) Provide routine maintenance, including manhole/handholds for pedestals for environmental/weather related issues. c) Provide intervention services between the JSP OSP group and any organization incident which causes an interruption of service on any Government owned JSP controlled leased pathway or media. d) Coordinate any necessary permits which may be required by VDOT, Arlington County or any other controlling agency or owner which have Right-of-Way or Easement Control for the construction of the Government JSP controlled infrastructure underground. SPECIAL REQUIREMENTS Infrastructure provides connectivity between multiple Government locations on the Pentagon reservation, Mark Center, and the National Capitol Region (NCR). SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 517311, with the corresponding size standard of 1,500 employees. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) CAGE Code; 5) Your contract vehicles that would be available to the Government for the procurement of the product and/or service, to include ENCORE III, SETI, General Service Administration (GSA): OASIS, ALLIANT, VETS, STARS II, NIH, NASA SEWP, Federal Supply Schedules (FSS) (including applicable SIN(s)), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT June 26, 2018 12:00 PM Central Daylight Time (CDT) to Katie Day at katie.s.day.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/OSP_Maintenance/listing.html)
 
Record
SN04952526-W 20180614/180612230742-27ae6eca0be5814773fdcd10109f7a76 (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.