Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 27, 2015 FBO #5025
DOCUMENT

D -- MOD Cincinnati Bell - Bridge Contract - Attachment

Notice Date
8/25/2015
 
Notice Type
Attachment
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
VA11815N0107
 
Response Due
9/3/2015
 
Archive Date
10/23/2015
 
Point of Contact
Den-el Opuszynski, Contract Specialist
 
E-Mail Address
arrell,
 
Small Business Set-Aside
N/A
 
Description
United States (U.S.) Department of Veterans Affairs (VA), Office of Information and Technology (OIT), Service Delivery and Engineering (SDE) VA118-15-N-0107 The Department of Veterans Affairs (VA), Office of Acquisition Operations (OAO), Technology Acquisition Center (TAC), located at 23 Christopher Way, Eatontown, New Jersey, intends to modify an existing to contract to maintain coverage for Local Exchange Carrier (LEC) services on the VA Region 3 Telecommunications Business Office (R3 TBO) Cincinnati Bell infrastructure. TAC intends to award a sole source, firm-fixed price modification to Cincinnati Bell, 221 E. 4th Street, Cincinnati, Ohio 45202, pursuant to Federal Acquisition Regulation (FAR) Subpart 6.302-1 entitled, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." The period of performance is October 1, 2015 through October 31, 2015, with 4, 30 day option periods. The proposed modification is for LEC services to include plain old telephone (POTs) service, Centrex service, Integrated Services Digital Network (ISDN) Primary Rate Interface (PRI) service, Basic Rate ISDN 2B+D Service, T-1 Digital Switched Service, Direct Inward Dialing numbers, Metro E-Service metropolitan-area Ethernet, or metro Ethernet network, Caller ID (name and number) feature (POTS Line and PRI Circuit, 23B+D), Three-Way Calling feature, Call Forward feature, Call Wait feature, Voicemail feature, Call Block feature, Call Hunting/Roll over feature, Call Redirect feature, Third Party Billing Block feature, Primary inter-LATA (Local access and transport area) Carrier (PIC/LPIC) provisioning, Telephone Service Priority, E-911 Private Switch/Automatic Location Information, and Digital Subscriber Line, currently being provided at the below listed facilities in Ohio, Indiana and Kentucky. Coverage and services shall be in place on October 1, 2015 with no interruptions to the circuits or services. The North American Industrial Classification (NAICS) for this effort is 57110. The service delivery points (SDP) are as follows: 909 Vine Street, Cincinnati, OH 45220 3200 Vine Street, Cincinnati, OH 45220 36 East 7th street, Cincinnati, Ohio 45202 801-B West 8th Street, Cincinnati, Ohio 45203 4600 Beechwood Rd, Cincinnati, Ohio 45244 2929 Highland Avenue, Cincinnati, Ohio 45219 205 W 4th Street, Cincinnati, Ohio 45202 3210 Jefferson Avenue, Cincinnati, Ohio 45220 260 E. University Avenue, Cincinnati, Ohio 45219 11500 Northlake Drive, Cincinnati, Ohio 45249 4903 State Route 125, Georgetown, Ohio 45121 1750 South Erie Blvd, Hamilton, OH 45011 103 Landmark Drive, Bellevue, KY 41073 771 Ewing Blvd., Florence, KY 41042 1000 S Ft. Thomas Ave., Ft. Thomas, KY 41075 1600 Flossie Drive, Greendale IN 47025 This is a request for information (RFI) only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Do not submit a proposal or quote. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. Submittal Instructions: If your company is capable of providing the abovementioned services by October 1, 2015, please submit a Vendor Capabilities Statement, limited to five pages for your company, to include a cover page which indicates your company's full name, point of contacts and your size standard for NAICS 517110.All interested parties shall respond no later than 12:00 Noon EST on September 3, 2015 via email to Den-el Opuszynski, Contract Specialist at den-el.opuszynski@va.gov and Iris Farrell at iris.farrell@va.gov, Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/669d448364455fc7d16440aaa3d22495)
 
Document(s)
Attachment
 
File Name: VA118-15-C-0107 P00004 VA118-15-N-0107 RFI.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2276736&FileName=VA118-15-C-0107-P00004000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2276736&FileName=VA118-15-C-0107-P00004000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03854408-W 20150827/150825235518-669d448364455fc7d16440aaa3d22495 (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.