Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2010 FBO #2976
SOLICITATION NOTICE

D -- Region III Telecommunication Service - Attachment 1

Notice Date
1/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 12300 Twinbrook Parkway, Rockville, Maryland, 20852-2738, United States
 
ZIP Code
20852-2738
 
Solicitation Number
RS-RG3-010-002
 
Archive Date
3/15/2010
 
Point of Contact
M`Lita Carr, Phone: 3014923464
 
E-Mail Address
mlita.carr@nrc.gov
(mlita.carr@nrc.gov)
 
Small Business Set-Aside
N/A
 
Description
RG3 Telecommunication Service (i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is RFP No. RS-RG3-010-002 and is issued as a Request for Proposals (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. (iv) This solicitation is unrestricted. All responsible sources may submit a proposal to be considered. The applicable North American Industrial Classification system (NAICS) code for this procurement is 517110. (vi) Description of Requirement: The Contractor shall provide telecommunication services to support data, voice and video connectivity. [PLEASE REFER TO (ATTACHMENT 1) FOR THE STATEMENT OF OBJECTIVES]. (vii) NRC intends to award a commercial contract for a one year period of performance with four (4) one year option periods. Dates and Place of Service: The program shall be administered at the NRC's Region III offices building located in Lisle, IL. Deliverables: The Contractor shall provide telecommunication services to support data, voice and video connectivity, including emergency and backup service, to the demarcation point of the Region III office location in, Lisle, Illinois. The services include providing PBX interconnections to a central office for dial tone and switching, high-capacity digital hand-off service consisting of T1 facilities each equipped with 24 individual circuits. (viii) FAR Clause 52.212-1, Instructions to Offerors (SEP 2006) - Commercial, applies to this acquisition. (ix) FAR Clause 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this acquisition. Proposals will be evaluated based on technical approach, corporate experience and past performance, when combined, are more important than cost. Cost will be evaluated for reasonableness and allowability. Cost proposals must include pricing for the base year and four option years. Budget narrative must accompany the pricing. EVALUATION FACTORS: 1) TECHNICAL APPROACH (40 POINTS) Extent to which the offeror demonstrates a thorough understanding of the required tasks and deliverables described in the Statement of Work and the extent to which the offeror demonstrates a coherent plan to accomplish the requirements with budget, resolve problems, and assure quality deliverables to successfully perform the effort. 2) CORPORATE EXPERIENCE (30 POINTS) The offeror shall describe the corporate management structure and approach. Discuss your organization's corporate qualifications and experience in performing contracts, similar in size (dollars) and scope to this procurement and the extent to which the necessary knowledge, experience and skills remain available within your organization. Information on contracts within the past three years that are similar in size and scope to this requirement shall include: (a) Contract Number; (b) Name and Address of Government Agency and/or other organizations; (c) brief description of the type of work; (d) Contracting Officer's name, Telephone Number and E-mail Address; (e) Technical Representative's Name, Telephone Number and e-mail address; (f) Contract Type, Period of Performance; (g) Dollar value on the effort. 3) PAST PERFORMANCE (30 POINTS) The offeror shall discuss its successful past performance on contracts similar in size and scope to this requirement. List any awards received, provide letters of commendation, etc., that will demonstrate the offeror's record of past performance. Provide any other pertinent information that will aid in the evaluation of the offeror's performance record. Offerors shall list and discuss all prior contracts terminated for default, and whether any show cause letters, cure notices, or poor performance letters have been received. If offerors have not had a prior contract terminated for default, and have not received any show cause letters, cure notices, or poor performance letters, they should inform the NRC by stating a negative response or by stating none have been received. The offeror shall submit at least five (5) references for contracts performed in the past 3 years. Each contract reference shall be limited to one page length to include: (a) Contract Number; (b) Name and Address of Government Agency and/or other organization; (c) brief description of the type of work; (d) Contracting Officer's name, Telephone Number and E-mail Address; (e) Technical Representative's Name, Telephone Number and e-mail address; (f) Contract Type, Period of Performance; (g) Dollar value on the effort. If the offeror is proposing subcontractors as a part of this requirement then the offeror must provide at least five (5) references for each subcontractor for contracts performed in the past 3 years that are similar in nature to this statement of work. At the discretion of NRC, the NRC reserves the right to contact, one or all sources identified in references, regarding past performance information. The NRC may also consult other sources of past performance information. Technical and past performance, when combined, are more important than cost. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (v) Contract line items will include: CLIN 001-Service Calls (Normal Business Hours), CLIN 002- Service Calls (Outside of Normal Business Hours), CLIN 003- Initial Transfer of Service provider, CLIN 004a-Local Exchange Service (base yr.), CLIN 004b- Local exchange service (option yr. 1), CLIN 004c- Local exchange service (option yr. 2), CLIN 004d- Local exchange service (option yr. 3), CLIN 004e- Local exchange service (option yr. 4). (x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (FEB 2009), is applicable to this acquisition. All vendors shall be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov) at the time of Quote submittal. (xi) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (MAR 2009) applies to this acquisition. (xii) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (DEC 2009) applies to this acquisition in addition 52.217-9 - Option to Extend the Term of Contract. (xv) The close date for the proposals is January 28, 2010 by 10:00 a.m. (local time). Proposals are required to be submitted electronically via e-mail to MLita.Carr@nrc.gov. The technical and cost proposal must be submitted in separate volumes. Fax submissions from Offerors will not be accepted. NRC intends to evaluate offers and award without discussions with offerors. Therefore, the offeror's initial proposal should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Prospective Offerors may submit questions in response to this Combined Synopsis/Solicitation in writing no later than January 21, 2010 by 10:00a.m. (local time). Questions must be sent to M`Lita R. Carr, Contracts Specialist via e-mail at MLita.Carr@nrc.gov. SUBJECT line must read: Questions for Region III Telecommunication Services. For information regarding this acquisition contact M`Lita R. Carr via e-mail at MLita.Carr@nrc.gov. Phone calls will not be accepted. Issuance of this combined synopsis/solicitation does not constitute an award commitment on behalf of the U.S. Government (USG). The USG reserves the right to reject any and all offers received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/RS-RG3-010-002/listing.html)
 
Place of Performance
Address: Region III, Lisle, Illinois, United States
 
Record
SN02043537-W 20100117/100115235455-bf4a49bcd8d6f0b32bd710adce156771 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.