Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2011 FBO #3646
SOLICITATION NOTICE

D -- Local Acces Transport Area (LATA) services for the IRS Enterprise Computing Center(ECC), Detroit, MI

Notice Date
11/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
 
ZIP Code
20745
 
Solicitation Number
TIRNO-11-R-00037
 
Archive Date
12/15/2011
 
Point of Contact
Larry D Chewning, Phone: 202-283-1337
 
E-Mail Address
larry.d.chewning@irs.gov
(larry.d.chewning@irs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Internal Revenue Service intends to make an award to AT& T on a sole source basis to provide continued Local Access Transport Area (LATA) services for the IRS Enterprise Computing Center at 985 Michigan Avenue, Detroit, MI., 48226. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 2.6, as supplemented with additional information included in this notice. This is announcement constitutes the only solicitation; proposal are being requested and a written solicitation will not be issued. The Request for Proposal (RFP) number is TIRNO-11-R-00037. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This is an unrestricted acquisition; the NAICS code is 517110; the small business size standard is 1,500 employees. The following constitutes the RFP requirements by Contract Line Item Numbers (CLINS). CLIN 0001 – Integrated Services Digital Network (ISDN), Qty. 3 lines, Unit Price, Total Monthly Amount; CLIN 0002 – Digital Service 1 (DS1), Qty. 3 lines, Unit Price, Total Monthly Amount; CLIN 0003 – End User Common Line Charge, Qty. 3 lines, Unit Price, Total Monthly Amount; CLIN 0004 – Telephone Numbers (DID) (1701 lines); CLIN 0005 – Unlimited Local Usage/Service charges, (estimated 45,0000 calls per month), Unit Price, Total Monthly Amount; CLIN 00006 CLAR(alternate routing), (Establishment per 100 numbers), Unit price, Total Monthly Amount; CLIN 0007 – Complex Line Port Service Charge, qty. 3, Unit Price, Total Monthly Amount; CLIN 0008 Directory Assistance Service Charge, Unit Price, Total Monthly Amount; CLIN 0009, 911 Operated Assistance Service Charge, unit price, total monthly amount; CLIN 0010 Inter-zone service charge, Unit Price, Total Monthly Amount; CLIN 0011 – Long Distance Service Charge from other carriers, Unit Price, Monthly Amount: CLIN 0012 – Intra-Lata Tolls, Unit Price, Total Monthly Amount; CLIN 0013 – 911 Locator Services, Unit Price, Total Monthly Amount; CLIN 0014 Other Charges, Qty. 12 months, Unit Price ; CLIN 0015 – Other Credits, -Form Banking Account Report (FBAR) ISDN Prime Service – (consisting of two (2) circuits: CLIN 00016 - ZPQZD ISDN Prime National, Qty. 2, Unit Price, Total Monthly Amount; CLIN 0016A – ZPQZD ISDN Prime National One-Time Installation Fee, Qty. 2, Unit Price, Total Amount; CLIN 0017 – Local Distribution Channels – Zone 3, Qty. 2, Unit Price, Total Monthly Amount; CLIN 0017A - NRBA3 Administrative Charge, Per Order – Zone 3 - One-Time Installation Fee, Qty. 1, Total Amount; CLIN 0018 – Federal Access Charge, Qty. 2, Unit Price, Total Monthly Amount: CLIN 0018A - NRBD3 Design & C.O. Connection Charge, Per Circuit - Z3 – One-Time Installation Fee, Qty. 2, Unit Price, Total Amount; CLIN 0019 – End-User Complex Line Port, Qty. 2, Unit Price, Total Monthly Amount; CLIN 0019A - NRBD Customer Connection Charge, Per Term - Zone 3 – One Time Installation Fee, Qty. 2, Unit Price, Total Amount; CLIN 0020 – Federal Universal Service Fee, Qty. 2, Unit Price, Total Monthly Amount. The period of performance shall be for a base year plus four (4) option years. The FOB destination point is the Enterprise Computing Center, 985, Michigan Ave., Detroit, MI. 48226. This requirement will be a firm-fixed contract with Economic Price Adjustment Minimum Requirement(s): Secondary/Redundant (Dual) Central Office. The provisions for commercial items applies to this acquisition: FAR 52.212-1 - Instructions to Offerors and FAR 52.212-2 - Evaluation of Commercial Items, FAR 52.212-4 - Contract Terms and Conditions, Commercial Items applies to this acquisition. The government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (1) technical capability of the item offered to meet the Government requirement; (2) price, and (3) past performance. Offeror(s) shall include a complete copy of the provision at FAR 52.212-3, Offeror’s Representations and Certifications Commercial Items with the offeror. The clause at FAR 52.212-4 – Contract Terms and Conditions, Commercial Items, and clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following additional FAR clauses cited are applicable to this acquisition: (1) 52.203-6, Restrictions of Subcontractor Sales to the Government, with alternate I(41 USC 253g and 10 USC 2402): (2) 52.203-10, Price or Fee Adjustment for Illegal or Improper activity (41 USC 423); (3) 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concern (15 USCV 637 (d) (2) and (3); (4) 52.222-26, Equal Opportunity (EO 11246); (5) 52.222-35. Affirmative Action for Disabled veterans and Veterans of the Vietnam Era (38 USC 4212); (6) 52.222-36, Affirmative Action for Workers with Disabilities (29 USC793; (7) 52.222-37, Employment Reports of Disabled Veterans and Veterans of the Vietnam Era (38 USC 351, et seq.); (8) 52.222-41, Service Contract Act of 1965, As amended (41 USC 351, et. Seq.); (9) 52-222-43, Fair Labor Standards Act and Service Contract Act, Price Adjustment (Multiple Year and Option Contracts)(291 USC 206 and 41 USC 351, et seq.); (10) 52.232-18, Availability of Funds; (11) 52.217-8, Option to Extend Services; (12) 52.217-9 - Option to Extend the Term of the Contract (13) 52.212-5(l)Termination for the Government’s Convenience and (m) Termination for Cause, and (13) 52.232-33, Payment by Electronic Funds Transfer, Central Registration (31 USC 3332). The following Invoice Requirements are applicable to this acquisition as follows: (a) invoices hall be submitted in an original and two (2) copies to the Government office designated each month (b) to constitute a proper invoice, the invoice must include the following information and/or attached documentation: (1) Name of the business concern and invoice date, (2) Contract number, (3) Description, price, and quantity of telephone services delivered or rendered, (4) Payment terms, (5) Name (where practicable), title, phone number, and complete mailing address of responsible official to who payment is to be sent. In addition, a Monthly Summary Report of Billed Charges shall be submitted for each month. The contractor shall furnish the Contracting Officer Technical Representative (COTR) and the Contracting Officer (CO) a summary report stating the total billed charges for the month. The total dollar activity for the month shall be broken down in accordance with the pricing schedule. In addition, the following provision titled, Price of Adjustment is applicable to this acquisition. When costs are a factor in any determination of contract price adjustment pursuant to the clause of this contract entitled “Changes”, or any other clauses of this contract, such cost shall be in accordance with the contract cost principles and procedures in Part 31 of the Federal Acquisition Regulation (48 CFR Part 31) in effect on the date of this contract. All Treasury contractors are required to be registered in the DOD Central Contractor Registration (CCR) database prior to receipt of award. Defense Priorities and Allocations system (DPAS) and assigned rating is not applicable to this acquisition. Offers are due to the Contracting Officer at the address shown above NLT 3:00 p.m. eastern standard time on November 30, 2011. Point of Contact: Larry D. Chewning, contracting Officer, Phone: 202-283-1337, Fax: 202-283-4429. E-mail: Larry. D. Chewning@irs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/TIRNO-11-R-00037/listing.html)
 
Place of Performance
Address: IRS - Enterprise Computing Center (ECC), 985 Michigan Ave., Detroit, Michigan, 48226, United States
Zip Code: 48226
 
Record
SN02624163-W 20111118/111116234138-76ce8c92d1cfc2dd0bea89fe57a091e3 (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.