SOLICITATION NOTICE
D -- Acquire for lease of two (2) ISDN telephone lines with each line having access to the PSTN both incoming and outgoing in support both incoming and outgoing in support of NSA, Mid-South, Millington.
- Notice Date
- 9/5/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018912Q2790
- Response Due
- 9/12/2012
- Archive Date
- 9/27/2012
- Point of Contact
- Jay F. Gardner 215-697-9601 Jay F. Gardner, Code 260.1B, at (215) 697-9601 or FAX: (215) 697-5418/9569, e-mail address: jay.gardner@navy.mil
- Small Business Set-Aside
- N/A
- Description
- Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk Philadelphia Office intends to acquire for lease of two (2) Integrated Services Digital Network (ISDN) telephone lines with each line having access to the Public Switch Telephone Network (PSTN) both incoming and outgoing in support of the Base Communications Office, Naval Support Activity, Mid-South, Millington, TN. The contractor must be able to provide 24 hours, 7 days per week network assistance and support (operation and maintenance). Request for Quotation N00189-12-Q-2790 contemplates a Firm Fixed Price-type contract for a twelve month base period of performance commencing 01 October 2012 and continuing through 30 September 2013 plus two, one-year options. The RFQ will be awarded to the low-priced, eligible quoter. The procurement is being processed in accordance with FAR Part 13, Simplified Acquisition Procedures, and FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items. The applicable North American Industry Classification System code is 517110 with a size standard of 1,500 employees. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. It is the contractor s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. It is requested that qualified sources are capable of providing the following Contract Line Item Numbers (CLINs): LOT I - CLIN 0001 QTY: 12 Months; Lease of two (2) ISDN-PRI Access Service IAW SOW for the Base Period of Performance commencing 01 October 2012 and continuing through 30 September 2013; CLIN 0002 QTY: 1 LOT Miscellaneous Charges in support of CLON 0001 Not-to-Exceed (NTE) $5,000.00; CLIN 0003 QTY 1 LOT Technical Data IAW DD Form 1423 Not Separately Priced (NSP). LOT II; CLIN 0004 QTY: 12 Months; Lease of two (2) ISDN-PRI Access Service IAW SOW for Option Year One Period of performance commencing 01 October 2013 and continuing through 30 September 2014; CLIN 0005 QTY: 1 LOT Miscellaneous Charges in support of CLIN 0004 NTE $5,000.00; CLIN 0006 QTY 1 LOT Technical Data IAW DD Form 1423 NSP. LOT III; CLIN 0007 QTY: 12 Months; Lease of two (2) ISDN-PRI Access Service IAW SOW for Option Year Two Period of performance commencing 01 October 2014 and continuing through 30 September 2015; CLIN 0008 QTY: 1 LOT Miscellaneous Charges in support of CLIN 0007 NTE $5,000.00; CLIN 0009 QTY 1 LOT Technical Data IAW DD Form 1423 NSP. STATEMENT OF WORK, ISDN PRI MEGALIMK SERVICE NAVAL SUPPORT ACTIVITY MID-SOUTH MILLINGTON, TENNESSEE. SCOPE: This Statement of Work (SOW) provides the requirements for lease of commercial network service, path/interface to the Public Switch Telephone Network (PSTN) supporting simultaneous access, transmission and switching of data and image services. Services shall be provided at the Naval Support Activity (NSA) Mid South Millington, Tennessee. 1. NSA MID-SOUTH ISDN ACCESS SERVICE REQUIREMENTS 1.1 The Navy will be able to modify the quantity and type of connectivity services provided by the Contractor at any time during the contract period based on mutual agreement of the parties. Present inventory counts on all schedules are not all inclusive. 1.2 Integrated Services Digital Network Primary Rate Interface (ISDN PRI) Facility Setup/Configuration. (a) The ISDN trunks shall be setup to support two-way service selection. (b) All trunks shall be configured for 64 kilobits per second (64Kbps), D-channel for signaling (DS0) clear channel signaling per ISDN specifications and provide ANI (caller ID). (c) The dedicated digital (T1/DS1) transport circuits shall be configured for Extended Super Frame (ESF) using Binary 8-Zero substitution (B8ZS) line coding and terminated by Digital Signal Interconnect (DSX) smart jack (RJ-45 connector) in Bldg 776. (d) BLOC - Prevent the addition of unauthorized 3rd party, non-regulated, non-toll, miscellaneous category recurring charges to customer s accounts. Current number of ISDN PRI circuits: Two (2) Count may vary in accordance with the current requirement. 1.2.1 Support Service Non-fix Rate Fees Additional charges associated that conceivably could be included in addition to the fix rate monthly charges may include, but shall not be limited to, such charges for late fees, taxes, regulated and/or non-regulated fees, Internet charges, and/or other miscellaneous charges associated with the support services which are provided under this contract. 1.3 ISDN-PRI Installation at NSA Mid-South, Millington. In the event the Contractor must install a Point-Of-Presence (POP) at NSA MID-SOUTH demarc(s), the Contractor shall assume all responsibility and cost for implementing network presence at NSA MID-SOUTH. The Government will provide unconditioned copper pairs to these buildings as required. The Contractor must obtain approval from the NCTS Jacksonville Base Communication Office (BCO) NSA Mid-South prior to installing racks and equipment as required (Vendor Multiplexer (mux/demux) UPS, etc.). The Contractor shall be responsible for extending all required facility services to on-site network equipment (i.e. 120VAC and grounds from available existing facilities or upgrade facilities to support the additional requirements). 2. GENERAL REQUIREMENTS (a) The term Contractor used herein will refer to both the prime Contractor and any subcontractors. The prime Contractor shall ensure that his subcontractors comply with the provisions of this contract. Specific Dialing Capabilities (a) Each line will have access to the PSTN both incoming and outgoing. 2.2 Support Services (a) The Contractor shall provide 24 hours, 7 days a week network assistance and support (operation and maintenance). The contract shall identify a single point-of-contact for technical support. The Contractor shall describe in writing their trouble reporting and escalation procedure, including telephone numbers to be used in reporting troubles 24/7 and a single point-of-contact to serve as the trouble management coordinator. The Contractor shall provide to the Government, at contract award, a list of management personnel contacts to be used by the Government POC in an escalation process in situations where troubles are not likely to be corrected within an acceptable time frame, reference paragraph. 2.2.1. The trouble management coordinator shall provide progress reports to the Government POC throughout problem resolution efforts. Government POC will determine the number of progress reports required. (1) Minor - A minor outage is defined as loss of service affecting 1 or 2 lines per trunk. In response to a minor problem, a technician shall be dispatched and on-site no later than 1200 hours the next business day. (2) Major A major outage is defined to be a service affecting outage or trouble, (50% of service), but not a complete loss of service. In response to a major problem, a technician shall be dispatched and on-site within two (2) hours or less. (3) Critical A critical outage is defined as a complete loss of service, (100% of service) or catastrophic failure or vital emergency systems failure. In response to a critical problem, a technician shall be dispatched and on-site within two (2) hours or less. 2.2.1 (a) First Level Support. The Contractor s first level support personnel shall respond to outages in accordance with paragraph 2.2. After two (2) hours working on a problem(s) without successfully completing the diagnosis and repairs, the first level personnel will contact the Contractor second level support personnel for assistance. (b) Second Level Support. The Second level support personnel are specialists with additional training and experience in diagnostics assistance and repairs. Second level support personnel shall respond to a call for assistance not later than two (2) hours after receipt of a call for assistance. After two (2) hours working on a problem(s) without successfully completing the diagnosis and repairs, the second level personnel will contact the Contractor third level support personnel for assistance. (c) Third Level Support. Third level support personnel shall be specialists with an extensive background in service restoration support including advanced training in diagnostics and repairs. Third level support personnel shall respond to calls for assistance no later than two (2) hours after receipt of a call for assistance. When third level support personnel are unsuccessful in completing diagnostics and repairs within two (2) hours of working on a problem, the Contractor shall contact the Government POC immediately with a complete progress status report. (d) If there will be an initial re-sale of existing service, the service support shall be supplied consistent with the existing providers normal procedures until such time that services are directly supplied from (transitioned to) the resellers network. When services are transitioned to the new contract provider, all service requests shall be acted upon within the response time frame in General Requirements Section 2. (e) The fees for support services are to be included in the monthly recurring charges, determined by the contract, for the Telephone Exchange Access Services, with no additional cost to the Government. Connectivity services shall adhere to International Telecommunications Union (ITU) and American National Standards Institute (ANSI) standards. 3.0 STANDARDS 3.1 The services provided by the Contractor shall conform to, and be compliant with, established International Telecommunications Union (ITU) and American National Standards Institute (ANSI) Standards. 3.2 The Contractor is responsible for maintaining personnel, who are fully qualified, certified, versatile, and competent to perform the specified telecommunications services both on an emergency and routine basis during the established contract period. 3.3 The Contractor shall keep Government facility work areas in a clean, neat and safe condition at all times. 3.4 Contractor equipment approved by the Government for connection to the Base Telecommunications network(s), including all wiring and connectors, shall be tested using approved telecommunications, International Telecommunication Union (ITU) and/or American National Standards Institute (ANSI) standards. 3.5 Materials provided under this contract, including additional features, optional equipment and basic software, shall be commercially available as an off the shelf item (standardized) requiring no further development and shall have been fully tested, approved or demonstrated in the commercial or Government marketplace to meet the intended usage. 3.6 The Contractor shall staff, provide, and maintain, at its own expense, during the entire performance of the contract, the appropriate insurance coverage in accordance with Insurance-Work on a Government Installation clause Federal Acquisition Regulation (FAR) Reference 52.228-5. 3.7 The Contractor shall provide all necessary material, supervision, management communications, and administrative support services (printing, reproduction, and miscellaneous support) as necessary to support this contract. 3.8 All personnel, vehicles, labor, tools, materials, supplies, test equipment, diagnostics, manuals, schematic drawings, facilities, and major/minor components required to provide the BCO with telephone exchange access services and support under the terms of this contract shall be furnished by the Contractor. 3.9 All Contractor personnel are required to conform to base regulations and concerns, (i.e.): (a). Designated routes (b). Parking regulations (c). Base vehicle speed limits (d). Automotive liability insurance (e). Excavation permit **NOTE: The use of mobile phones when operating a vehicle on a Naval Base is prohibited. 3.10 In accordance with the Prompt Payment Clause, FAR 52.232-25, Contractor shall submit monthly detailed invoices in an original form to the following address: BCO NSA Mid-South Millington, ATTN: Jack Butler, 5722 Integrity Dr. Bldg 776, Millington, TN 38054-5012 3.11 The Contractor will correctly label all demarcation points/cables with a clearly defined and readable tag to include but not limited to circuit ID and number. 3.12 Any moves, adds or changes (MAC s) in Contractor demarcation points/cables will be logged with a copy of the log provided to BCO. 4.0 Special Access: 4.1 Some work areas are controlled access areas that require an escort of all Contractor personnel. Access will be approved and controlled by station POC and NSA Mid-South Complex Security Officer. Prior contact will be required before access will be granted to contractor personnel. A list of any and all contractor personnel needed on each job will be submitted to station POC prior to start of work in a controlled access area. 4.2 All contractor personnel will require a picture I.D. to gain access to the NSA Mid-South Complex. Contract personnel will be required to have a company I.D card with picture in plain view at all times when onboard NSA Mid-South. 4.3 All Contractor-owned or private transportation modes to and from the NSA Mid-South may be subject to search each and every day to gain access to the NSA Mid-South.4.4 All Contract personnel will be required to sign in and out of any BCO location in the logbook provided by the Government. The provision at 52.212-2, Evaluation -- Commercial Items, is included whereby award will be made to the low-priced, eligible quoter. Quoters are advised to include a completed copy of the provisions at FAR 52.212-3 (Alternate I) and DFARS 252.212-7000, Quoter Representations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The following clauses are applicable to this acquisition: FAR 217-9, Option to Extend the Term of the Contract, 52.212-5 and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government, 52.219-4, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, A single award will result from this solicitation. All quotes should be e-mailed to Jay Gardner at the e-mail address stated below no later than 1.00 PM (local time) on Tuesday, 11 September 2012 and reference RFQ N00189-12-Q-2790. For additional information concerning this requirement, please contact Jay F. Gardner, Code 260.1B, at (215) 697-9601 or FAX: (215) 697-5418/9569, e-mail address: jay.gardner@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018912Q2790/listing.html)
- Record
- SN02869797-W 20120907/120906002916-06972efb9cc0a54d0da2bdfd89ec1a48 (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 |