SOLICITATION NOTICE
D -- Pacific Air Forces Network Migration - (Draft)
- Notice Date
- 4/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Pacific, 477 ESSEX SREET, BLDG 77, SUITE 180, Pearl Harbor, Hawaii, 96860-5815, United States
- ZIP Code
- 96860-5815
- Solicitation Number
- HC1019-11-R-2002
- Archive Date
- 4/30/2011
- Point of Contact
- Lois A Noneza, Phone: 808-472-2503, Kyle S. Kiyonaga, Phone: 8084720279
- E-Mail Address
-
lois.noneza@disa.mil, kyle.kiyonaga@disa.mil
(lois.noneza@disa.mil, kyle.kiyonaga@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- PWS Attachment 4 Deconflict Schedule PWS Attachment 3 ADX Server Checklist PWS Attachment 2 (CLIN 0017 through 0020) PWS Attachment 1 (CLIN 0001 through 0016) Performance Work Statement (PWS) Justification for OTFAOC, FAR 6.302-1 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. This solicitation is issued as request for proposal No. HC1019-11-R-2002. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 22005-51. This requirement is set aside under Sole Source 8(a) to Tribalco, LLC pursuant to the Partnership Agreement between the U.S. Small Business Administration and the Department of Defense. See numbered note 22. The North American Industry Classification System is 517110, 1500 employees. Contract Line Items: CLIN 0001, Labor and Material, 1 Lot, Verify AFNET Migration Technical Solution Site Survey in accordance with PWS, paragraph 6.1. CLIN 0002, Travel and Per Diem, 1 Lot, Verify AFNET Migration Technical Solution Site Survey in accordance with PWS, paragraph 6.1. CLIN 0003, Labor and Material, 1 Lot, Upgrade components to existing NCC Data Center in accordance with PWS, paragraph 6.2. CLIN 0004, Travel and Per Diem, 1 Lot, Upgrade components to existing NCC Data Center in accordance with PWS, paragraph 6.2. CLIN 0005, Labor and Material, 1 Lot, Install server blades and processors to existing blades in accordance with PWS, paragraph 6.3. CLIN 0006, Travel and Per Diem, 1 Lot, Install server blades and processors to existing blades in accordance with PWS, paragraph 6.3. CLIN 0007, Labor and Material, 1 Lot, Provide and install VMWare software licenses in accordance with PWS, paragraph 6.4. CLIN 0008, Travel and Per Diem, 1 Lot, Provide and install VMWare software licenses in accordance with PWS, paragraph 6.4. CLIN 0009, Labor and Material, 1 Lot, Install and configure Storage Area Network cabinets and drives in accordance with PWS, paragraph 6.5. CLIN 0010, Travel and Per Diem, 1 Lot, Install and configure Storage Area Network cabinets and drives in accordance with PWS, paragraph 6.5. CLIN 0011, Labor and Material, 1 Lot, Re-Configure Data Replication Parameters in accordance with PWS, paragraph 6.6. CLIN 0012, Travel and Per Diem, 1 Lot, Re-Configure Data Replication Parameters in accordance with PWS, paragraph 6.6. CLIN 0013, Labor and Material, 1 Lot, NCC Upgrade for Geographically Separated Units (GSU) in accordance with PWS, paragraph 6.7. CLIN 0014, Travel and Per Diem, 1 Lot, NCC Upgrade for Geographically Separated Units (GSU) in accordance with PWS, paragraph 6.7. CLIN 0015, Labor and Material, 1 Lot, Enclave to Enclave (E2E) Purchase and Installation in accordance with PWS paragraph 6.8. CLIN 0016, Travel and Per Diem, 1 Lot, Enclave to Enclave (E2E) Purchase and Installation in accordance with PWS, paragraph 6.8. CLIN 0017, Labor and Material, 1 Lot, Continuation Project for NCC Upgrade for Geographically Separated Units (GSU) in accordance with PWS, paragraph 6.9. CLIN 0018, Travel and Per Diem, 1 Lot, Continuation Project for NCC Upgrade for Geographically Separated Units (GSU) in accordance with PWS, paragraph 6.9. CLIN 0019, Labor and Material, 1 Lot, Continuation Project for Enclave to Enclave (E2E) Purchase and Installation in accordance with PWS, paragraph 6.10. CLIN 0020, Travel and Per Diem, 1 Lot, Continuation Project for Enclave to Enclave (E2E) Purchase and Installation in accordance with PWS, paragraph 6.10. Delivery: FOB Destination Period of Performance: One year from date of award Service Destination: Hickam AFB, Hawaii; Misawa AFB, Japan; Kadena AFB, Japan; Yokota AFB, Japan; Anderson AFB, Guam; and Osan AFB, Korea The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. The government will award a contract resulting from this solicitation to the low, responsible, responsive offeror. The offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commerical Items, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses are applicable to this acquisition: FAR 52.203-6 Alt 1 (Oct 1995), Restrictions on Subcontractor Sales to the Government FAR 52.219-8 (Jan 2011), Utilization of Small Business Concerns FAR 52.219-14 (Dec 1996), Limitations on Subcontracting (Dec 1996) FAR 52.222-3 (June 2003), Convict Labor FAR 52.222-19 (Jul 2010) Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 (Feb 1999), Prohibition of Segregated Facilities FAR 52.222-26 (Mar 2007), Equal Opportunity (E.O. 11246) FAR 52.222-35 (Sep 2010), Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 (Oct 2010), Affirmative Action for Workers with Disabilities FAR 52.222-37 (Sep 2010), Employment Reports on Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-40 (Dec 2010), Notification of Employee Rights Under the National Labor Relations Act FAR 52.223-18 (Sep 2010), Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13 (Jun 2008), Restrictions on Certain Foreign Purchases FAR 52.232-33 (Oct 2003), Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.239-1 (Aug 1996), Privacy or Security Safeguards FAR 52.222-41 (Nov 2007), Service Contract Act of 1965 FAR 52.222-42 (May 1989), Statement of Equivalent Rates for Federal Hires DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items: FAR 52.203-3 (Apr 1984), Gratuities DFARS 252.203-7000 (Jan 2009), Requirements Relating to Compensation of Former DoD Officials DFARS 252.205-7000 (Dec 1991), Provision of Information to Cooperative Agreement Holders DFARS 252.225-7012 (Jun 2010), Preference for Certain Domestic Commodities DFARS 252-232-7003 (Mar 2008), Electronic Submissionof Payment Requests and Receiving Reports DFARS 252.243-7002 (Mar 1998), Requests for Equitable Adjustment DFARS 252.246-7004 (Oct 2010), Safety of Facilities, Infrastructure, and Equipment For Military Operations DFARS 252-247-7023 (May 2002), Transportation of Supplies by Sea DFARS 252.247-7024 (Mar 2000), Notification of Transportation of Supplies by Sea The following additional clauses are applicable are are available from the POC below: FAR 52.219-7009 (Sep 2007), Section 8(a) Direct Award 52.204-9000 (Aug 2005) Points of Contact 52.204-9001 (Jan 2007) Contract/Order Closeout - Fixed Price, Time-and-Materials, or Labor Hours 52.232-9000 (3 Oct 2008), Wide Area Work Flow 252.237-7023 (Mar 2000), Continuation of Mission Essential Functions The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. Offers for this acquisition are due on 15 Apr 2011, 3:30 p.m., Hawaii Standard Time. Email offers to: DITCO-PAC, Attn: Lois Noneza, email: Lois.nonezal@disa.mil The point of contact for this acquisition is Ms. Lois Noneza, (808)472-2503.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTP/HC1019-11-R-2002/listing.html)
- Place of Performance
- Address: Hickam AFB, Hawaii; Misawa AFB, Japan; Kadena AFB, Japan; Yokota AFB, Japan; Andersen AFB, Guam; Osan AFB, Korea; Kunsan AFB, Korea; Eielson AFB, Alaska; Elmendorf AFB, Alaska, United States
- Record
- SN02422425-W 20110414/110412234248-b8da6511bff66bed6f05d3a9c131f45c (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 |