SOLICITATION NOTICE
D -- Information technology services, including telecommunications services - SOW
- Notice Date
- 10/14/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
- ZIP Code
- 20817
- Solicitation Number
- NIAIDNOI11137
- Archive Date
- 11/11/2011
- Point of Contact
- Karen Armstrong, Phone: 301-594-5344, John - Foley, Phone: 301-402-2284
- E-Mail Address
-
armstrok@mail.nih.gov, jfoley@niaid.nih.gov
(armstrok@mail.nih.gov, jfoley@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work for NIAIDNOI11137 This is a combined synopsis/solicitation/Notice of Intent for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. The solicitation number for this acquisition is NOI11137 and the solicitation is being issued as a Notice of Intent on a sole source basis. This solicitation document and its incorporated provisions are those in effect through the Federal Acquisition Circular (FAC 2005-53). This acquisition will be processed under Simplified Acquisition Procedures and is a small business set aside. The National Institute of Allergy and Infectious Disease (NIAID) intend to procure uninterrupted connectivity of all data flow from Fibergate to the NIAID Fernwood Data Center located in Bethesda, MD using a previously constructed fault tolerant dense wavelength division multiplexing (DWDM) ring with multiple 10GB channels consisting of the following fiber optic lines that provide; [1 pair of dark fiber from Bldg. 430, Ft. Detrick, Frederick, MD to the Alternate Processing Facility (APF), 43830 Devin Shafron Drive, Building F, Ashburn, VA;] [1 pair of dark fiber lines from the Integrated Research Facilities (IRF), Ft. Detrick, Building 430, to 10401 Fernwood Road, Bethesda, MD;] [1 pair of primary and 1 pair of diverse path dark fiber from 9 West Watkins Mill Road, Gaithersburg, MD to 10401 Fernwood Road, Bethesda, MD;] [1 pair of dark fiber from the 10401 Fernwood Road Data Center, Bethesda, MD to the Alternate Processing Facility (APF), 43830 Devin Shafron Drive, Building F, Ashburn, VA.] Award will include the lease and maintenance of these dark fiber links that have been installed for the sole use of NIAID. Fiber optic cabling required under this lease shall consist of specified pair counts of single mode fiber and shall be 'dark'. No active electronics shall be provided to repeat the signal or provide network services. Independently and not as an agent of the Government, the contractor, an approved Utility Company operating in the State of Maryland or other state shall provide all necessary labor and materials required to maintain single-mode optical fiber cable, to the specified locations. The contractor shall provide on-call restoration services to restore fiber links that fail to maintain light transmission providing full data bandwidth of 10 Gigabits per second as part of this contract. Response to line related problems must be made within four hours of report of a problem. Actual repair to non-redundant links must be completed within six hours of report of a problem. The contractor shall demonstrate the integrity of the fiber ring through the OTDR documentation and to the satisfaction and acceptance of the NIAID Contracting Officer's Representative or designee. The contractor shall test each installed or repaired segment for acceptable signal strength loss using industry standard equipment and methods. The testing procedure shall follow the OFSTP's standards as below: Bi-directional OTDR traces at the following wavelengths: 1550nm and 1625nm. Bi-directional loss readings at the following wavelengths: 1550nm and 1625nm. Optical Return Loss (ORL) readings at 1550nm. Polarization Mode Dispersion (PMD) readings at 1550nm. Chromatic Dispersion (CD) readings from 1520nm to 1620 nm in 10nm increments. Acceptable loss is defined as: A maximum of no greater than 25 dB between any two locations. All test results shall be provided in both electronic and hard copy format. Private line connections offering full fiber bandwidth and full security as no connection is shared or routed through a central communications office must be provided. Period of performance from 11/01/2011 thru 10/30/2012 with the ability to perform 3 option years thru 10/31/2015 is required. Offerors will be evaluated and considered by the ability to provide specified lines by November 1, 2011. The North American Industry Classification System (NIACS) Code for this acquisition is 517110, and the small-business size standard is 1,500 employees. This is a small business set-aside. This is a firm fixed-price contract and the FOB terms are 'Destination' and Net 30. FAR provisions and clauses that apply to this acquisition: Option to Extend the Term of the Contract FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contractor Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; Option 52.217-8 Option to Extend Services 52.217-9, Central Contractor Registration FAR 52.225-1,; and FAR 32.703-2, Availability of Funds, FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at www.ccr.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award. Offers must be submitted no later than 5:00 P.M. Eastern Daylight Savings Time on Thursday, October 27, 2011. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE-70, Bethesda, Maryland 20892-4812. E-mail and Fax submissions are not authorized. Requests for information concerning this requirement must be submitted in writing, and can be faxed to 301-480-3695, or e-mailed to armstrok@mail.nih.gov. It is the vendor's responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement by contacting Karen Kirin Armstrong on 301-594-5344. Collect calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAIDNOI11137/listing.html)
- Place of Performance
- Address: National Institute of Allergy and Infectious Disease, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02607572-W 20111016/111014234146-73107bd490dc8a77df853c8216ba7843 (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 |