Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2005 FBO #1200
SOLICITATION NOTICE

D -- Lease of DS1 & DS3 Lines

Notice Date
3/8/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, (648/P4CONT), 3710 SW Veterans Hospital Road, Box 1034, Portland, Oregon 97201
 
ZIP Code
97201
 
Solicitation Number
648-45-05
 
Response Due
5/2/2005
 
Archive Date
6/1/2005
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 20 is seeking a commercially available leased point-to-point (dedicated) telecommunications network to be installed to connect their facilities in Washington, Oregon, and Idaho. Period of performance will be a base year consisting of one year from the date of award and four additional one-year option years. This telecommunications network will consist of multiple DS1 and DS3 services connecting 10 specific locations throughout the VISN. The required quantity and specifics for this telecommunications network are specified in the RFP 648-45-05. Contractor must have the entire telecommunications network operational within 30 days from receipt of the notice to proceed. DS1 Services must meet the standards of Extended Super Frame (ESF) and Clear Channel B8ZS for the purpose of running voice, video, and data (IP) traffic. DS1 Services must terminate on contractor-provided Channel Service Units/Data Service Units (CSU/DSU). DS3 Services must meet the framing standard of c-bit parity. DS3 Services must terminate on DSX panel (copper) or OC-3/12 (fiber) terminating equipment. Contractor must provide 24-hour status monitoring of entire network at the contract price. Contractor must coordinate with VISN 20 and equipment providers to ensure compatibility with existing equipment. Contractor/vendor must have tariffs to provide both intra- and inter-state traffic. This procurement is being conducted as a commercial procurement using FAR parts 12 and 15. Award will be made to that proposal which is most advantageous to the Government taking into consideration price, technical factors, and past performance. All responsible sources may submit an offer that shall be considered. Sources responding to this requirement must indicate in writing, whether they are a large, small, disadvantaged and/or woman-owned business. NAICS Code of 513310, Size Standard of 1,500 applies. The requirement shall be a commercial, fixed-price type contract. The solicitation is anticipated to be released on or about April 1, 2005 and may be obtained at no cost from the following URL: http://www.va.gov/oa&mm/busopp/sols.htm. All questions related to this notice must be addressed in writing, fax (360) 905-1797 or email to the contract specialist listed below. The Government will conduct a pre-proposal conference and site visit on a date to be determined. Conference date, time and location will be published along with the solicitation. Offerors planning to attend are required to notify the Contracting Officer listed below, in writing, of all attendees_ names (not to exceed three per company). It is recommended that prospective offerors attend this conference.
 
Web Link
RFP 648-45-05
(http://www.bos.oamm.va.gov/solicitation?number=648-45-05)
 
Place of Performance
Address: Vancouver, WA
Zip Code: 98662
Country: United States
 
Record
SN00764514-W 20050310/050308212006 (fbodaily.com)
 
Source
FedBizOpps.gov 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.