SOLICITATION NOTICE
D -- Mid-Atlantic Crossroads Dark Fiber Connection - Statement of Work (SOW)
- Notice Date
- 5/24/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517311
— Wired Telecommunications Carriers
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
- ZIP Code
- 20894
- Solicitation Number
- NIHNLM201800053
- Archive Date
- 6/19/2018
- Point of Contact
- Anthony M. Best, Phone: 3014966546, April Merriwether, Phone: 3018276424
- E-Mail Address
-
besta@mail.nih.gov, merriwetheran@mail.nih.gov
(besta@mail.nih.gov, merriwetheran@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work This is a solicitation for a commercial service prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation number is NIHLM201800053-AMB issued as a Request for Proposal (RFP). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-83. The North American Industry Classification System (NAICS) code 517311 with a size standard of 1500 employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part Subpart 13.5. The purpose of this contract is to provide a single long-haul dark fiber pair from the NLM located in Bethesda, MD to the MAX network point of presence (POP) on the University of Maryland College Park Campus. The Dark fiber (i.e. fiber unit0by-electronics) for a single connection between the National Library of Medicine (NLM) Telephone Equipment Room Building 38A 8600 Rockville Pike, Bethesda, Maryland 20894 (NPS/NNX 301/435) and the Mid-Atlantic Crossroads (MAX) consortium facilities located at the University of Maryland Computer and Space Sciences Building. Building #224 Room 0312B, College Park, MD 23072-2411 (NPA/NNX 301/405). Service includes 10 of the Global System Agents managed by Nephos6, can monitor up to 10 URLs per system agent, each URL polled as often as every 5 minutes. The Dark fiber must be installed and tested at a level that will ensure fiber meets 100G data transfer standards, with minimal Db LOSS. Certified test results shall be provided to NLM upon completion. Clearly defined maintenance intervals and notification windows. This shall include the identified maintenance classification and the lead time for notifications sent to customers. Clearly defined process for NLM to directly report incident or outages. Please see the attached Statement of Work dated April 18, 2018 for the complete scope of work. QUESTIONS: If you have any questions regarding this requirement, please submit your inquiries to Anthony Best, Contracting Officer, at besta@mail.nih.gov no later than June 11, 2018 at 11:00AM Eastern Standard Time. Questions with the Government's responses will be posted to FedBizOpps. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Offerors. SUBMISSION REQUIREMENTS AND PROPOSAL DUE DATE: In order to receive an award, contractor must be registered and have a valid certification in the System For Award Management (SAM) http://www.sam.gov. Interested vendors capable of providing the Government with the services specified in this solicitation shall submit electronic responses to besta@mail.nih.gov reference solicitation number NIHLM201800053-AMB on all correspondence to this notice. Proposals must be submitted electronically no later than June 18, 2018 at 11:00 AM EST. The proposal submitted shall be prepared in two volumes and clearly identified as: Volume 1: Technical Proposal and Volume 2: Business Proposal. Proposals shall be in sufficient detail to permit proper evaluation, negotiation, and/or acceptance thereof. The technical proposal must not contain reference to price; however, resource information (such as data concerning labor hours and categories, materials, subcontracts, etc.) must be contained in the technical proposal so that the offeror's understanding of the Statement of Work may be evaluated. The price proposal shall be submitted as a Fixed Price proposal with pricing for each element of the Statement of Work. Page Limit: 10 pages, excluding appendices. Formatting: Page size 8.5 by 11 inches with 1 inch margins. Paragraphs single spaced. Minimum font size/style 10 point Times New Roman font for Text, 9 point font in the Arial family for Tables, and 8 point font in the Arial family for Graphics. Tables and graphics may be landscape; all other text must be portrait. If the offeror uses a different format (font size, margin, etc.), the government reserves the right to adjust the proposal to fit the parameters of the format as stated in the RFP, and if this results in the proposal exceeding the page limitations in any one area, the government will not consider those excess pages. Period of Performance: The period of performance shall be for a base year of twelve months, plus four (4) 12-month option years. Base Year 8/1/2018 - 7/31/2019 Option Year 1 8/1/2019 - 7/31/2020 Option Year 2 8/1/2020 - 7/31/2021 Option Year 3 8/1/2021 - 7/31/2022 Option Year 4 8/1/2022 - 7/31/2023 EVALUATION FACTORS FOR AWARD 1. Selection of an offeror for award will be based on the evaluation of proposals in accordance with FAR 15.101-2 -- Lowest Price Technically Acceptable Source Selection Process. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. 2. EVALUATION OF OPTIONS It is anticipated that any order awarded under this Request for Quotation will contain option provision(s) and period(s). In accordance with FAR Clause 52.217-5, Evaluation of Options (July 1990), the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement, except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests. Evaluation of options will not obligate the Government to exercise the option(s). ATTACHMENT: Statement of Work, dated April 18, 2018 FEDERAL ACQUISITION REQULATION (FAR) CLAUSES The following provisions and clauses apply to this acquisition and are incorporated by reference. Full text may be found at https://www.acquisition.gov FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-3 Offeror Representations and Certifications-Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes and Executive orders The offeror must include a completed copy of the following provisions with your proposal submission: FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items and FAR Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHNLM201800053/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04933577-W 20180526/180524230506-b2308eba6fd77b9c8ab35173af5f0657 (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 |