MODIFICATION
60 -- Dark Fiber for Diverse Local Acess Connection to Sprint MPLS
- Notice Date
- 9/22/2011
- Notice Type
- Modification/Amendment
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
- ZIP Code
- 20237
- Solicitation Number
- VOAEngr-11-4826
- Archive Date
- 9/27/2011
- Point of Contact
- Donna Buchan, Phone: 202-203-4826, Gary C Hosford, Phone: 202.382.7843
- E-Mail Address
-
dlbuchan@voanews.com, ghosford@bbg.gov
(dlbuchan@voanews.com, ghosford@bbg.gov)
- Small Business Set-Aside
- N/A
- Description
- ** NOTE** Amendment to Original Posting included removal of following statement throughout post, "The Contractor shall provide connectivity and service to the FiberGate network." This Solicitation with aforementioned amendment closes 9/26 @ 2pm. This Combined Synopsis/Solicitation was prepared by the U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB) pursuant to Federal Acquisition Regulation (FAR) Subpart 12.603 [Streamlined Solicitation for Commercial Items] to include the following additional information: •(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of 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) This Solicitation number VOAEngr-11-4826 is issued as a request for proposal (RFP), that will result in one or more awards of a firm-fixed-price contract using FAR Part 15 [Contracting by Negotiation] procedures to procure fiber optic cabling and dark fiber optic network connectivity between the US Capitol Media Hub and the VOA headquarters building in Washington DC. The termination location point for the fiber-optic cable shall be in room G-610, Cohen Building, 330 Independence Ave SW, Washington D.C. The fiber optic network shall include a minimum of two diversely routed fiber optic paths, using ring topology. Offerors shall provide quotation for this service on a monthly basis (monthly recurring charge - MRC). •(iii) This is a combined synopsis/solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 dated August 4, 2011. •(iv) The Contracting Officer (CO) has found and determined that the nature of the supplies to be provided is appropriate for an "unrestricted" procurement. •(v) The Contractor shall provide the following item - Contract Line-Item Number (CLIN) No. 1: Contractor shall develop and deliver all functional documentation resulting from the requirements analysis; (CLIN) No. 2: Contractor shall provide all labor and services to provide Dark Fiber Optic connectivity between the US Capitol Media Hub VOA headquarters building in Washington DC; (CLIN) No. 3 : Contractor shall provide quotation for this service on a monthly basis (monthly recurring charge - MRC). •(vi) The CLIN items required above are described as follows: ( CLIN) No. 1: The Contractor shall develop and deliver all functional documentation resulting from the requirements analysis, and necessary detailed design drawings to allow for complete and proper installation and operation, and prepare detailed connection diagrams and cable and wiring details; ( CLIN) No. 2: Contractor shall provide all labor and services to provide Dark Fiber Optic connectivity between the US Capitol Media Hub VOA headquarters building in Washington DC. The termination location for the dark fiber will be in room G-610, Cohen Building, 300 Independence Ave SW, Washington D.C. The fiber count terminated within G610 will be a 36-count plenum rated fiber. The installation contractor must be approved to work in the US Capitol Media Hub, at the Department of Health and Human Services building at 200 Independence Ave, SW., Contractor shall perform full system acceptance tests with VOA personnel, and correct all systems discrepancies; ( CLIN) No. 3: Contractor shall provide quotation for this service on a monthly basis (MRC), and shall be inclusive of operations and maintenance, for leasing the fiber and all assurances associated with connectivity to the US Capitol Media Hub, The quotation shall provide of the MRC based upon one 12-month term with 4-options years. •(vii) CLIN No. 1 shall be completed no more than 30 days after notice to proceed. CLIN no. 2 and CLIN No. 3 shall be completed no more than 90 days after notice to proceed. •(viii) The provision at FAR Subpart 52.212-1 [Instructions to Offerors - Commercial Items] applies to this acquisition. •(ix) The provision at FAR Subpart 52.212-2 [Evaluation of Commercial Items] is hereby incorporated by reference into this combined synopsis/solicitation. The below-stated technical evaluation subfactors, when combined, are more important than price in the BBG's overall evaluation of an Offeror's proposal. Past performance will also be considered [see FAR Subpart 15.304 (Evaluation Factors and Significant Subfactors)]. In order to help the Government in its evaluation of past performance, Offerors shall provide at least three (3) current references with valid telephone numbers of customers for similar services. The technical evaluation subfactors in descending order of importance are: (1) approach to satisfy the technical requirements in the attached Statement of Objectives, (2) ability to deliver on or before the above-stated time requirement, and (3) competitive costs based on marketplace conditions and industry standards. Following determination of a competitive range, all offerors in the competitive range will be invited to participate in oral presentations. Award will be based on the selection of the best oral presentation combined with the written submission, along with price and other factors (e.g., past performance). •(x) Offerors shall subm it a completed copy of the provision at FAR Subpart 52.212-3 [Offeror representations and certificat ions -- commercial items] with their proposal. This provision can be found at the following website: http://www.arnet.gov/far/; if requested by an Offeror, a copy of far subpart 52.212-3 can be obtained by contacting the contracting officer. •(xi) FAR Clause 52.212-4 [Contract Terms and Conditions -- Commercial Items] applies to this acquisition. •(xii) FAR Clause 52.212-5 [Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items] applies to this acquisition and incorporates the following clauses: FAR Clause 52.203-6 [Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402)]; FAR Clause 52.219-4 [Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if an Offeror elects to waive the preference, the Offeror shall so indicate in his/her proposal)]; FAR Clause 52.219-8 [Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3))]; FAR Clause 52.222-21 [Prohibition of Segregated Facilities]; FAR Clause 52.222-26 [Equal Opportunity (E.O. 11246)]; FAR Clause 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)]; FAR Clause 52.222-36 [Affirmative Action for Workers with Disabilities (29 U.S.C. 793)]; FAR Clause 52.225-1 [Buy American Act - Supplies (41 U.S.C. 10a-10d)]; FAR Clause 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, Section 7102, and 10 U.S.C. 2323) (if an Offeror elects to waive the adjustment, the Offeror shall so indicate in his/her proposal)]; Alternate I of FAR Clause 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns]; FAR Clause 52.232-18 [Availability of Funds]; FAR Clause 52.232-33 [Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332)]; FAR Clause 52.239-1 [Privacy or Security Safeguards (5 U.S.C. 552a)]. •(xiii) The Offeror shall note that CLIN No. 1, CLIN No. 2, and CLIN No. 3 shall be priced on a firm-fixed price. The Contractor's proposed prices shall include wages, overhead, general and administrative expenses, and profit. •(xiv) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this acquisition. •(xv) No numbered notes apply to this acquisition. •(xvi) Offerors shall submit two (2) separate documents (proposals) to the BBG, namely: (1) a Price Proposal that states: (a) the Offeror's proposed firm-fixed-price for CLIN No. 1 and CLIN No. 2, and firm-fixed- price for CLIN No. 3 for the base contract year and four (4) options years; and (2) a Technical Proposal which: contains (a) a Capability Profile (b) the description of how they will complete the work (c) and past experience/performance information. Proposals are due by 2:00 p.m. local time on September 21, 2011 at the following address: Broadcasting Board of Governors (BBG), Voice of America-Operations (VOA/O), Room 4727, Cohen Building, 330 Independence Ave. (SW), Washington, DC 20237, Attention: Ms. Donna Buchan. Proposals may be submitted in hard copy format only (i.e., in person, U.S. Mail, or Federal Express or equivalent commercial courier service). Offerors should note that proposals submitted by e-mail or facsimile will not be considered. Information regarding this combined synopsis/solicitation can be obtained by contacting the Contracting Officer, Ms. Donna Buchan, at 202.203.4826, or via e-mail at dlbuchan@voanews.com. Any Offeror may submit an offer, which shall be considered by the BBG.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/VOAEngr-11-4826/listing.html)
- Place of Performance
- Address: 330 Independence Ave, SW, Washington, District of Columbia, 20237, United States
- Zip Code: 20237
- Zip Code: 20237
- Record
- SN02589253-W 20110924/110923000721-7caf3e8a7adb17d18d77011201b873d3 (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 |