|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1998 PSA#2154Commercial Acquisition Department, Bldg 11, Naval Undersea Warfare
Center Division, Newport, Code 59, Simonpietri Dr., Newport, RI
02841-1708 D -- INTERNET SERVICE PROVIDER SOL N66604-98-R-5048 DUE 083198 POC C.
Gorman, Contracting Officer at (401) 832-1489; FAX (401) 832-4820.
WEB: Naval Undersea Warfare Center Division, Newport,
hhtp://www.npt.nuwc.navy.mil/contract/. E-MAIL: Carol Gorman,
Contracting Officer, gormancr@npt.nuwc.navy.mil. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Subpart 12.6, as supplemented with additional
information included in this notice. Proposals are being requested
against this solicitation, as well as the written solicitation (see
below). This is Request for Proposal N66604-98-R-5048. This
solicitation and incorporated provisions and clauses are those in
effect through Federal Acquisition Circular 97-05. The Standard
Industrial Code (SIC) is 4813; the size standard is 1500 employees. The
Naval Undersea Warfare Center, Division Newport, Rhode Island
(NUWCDIVNPT) intends to place a one-year contract with four (4)
one-year options for internet connection and services. Each year will
also include options for the following bandwidths: 1.54 Mbps or 3 Mbps
or 4.5 Mbps. The desired bandwidth will be specified when the option
is exercised. The gateway system shall connect NUWCnet to the Internet
through a national network with a minimum of OC-3 architecture,support
WAN routing protocols via high-speed communication line(s), and provide
a protocol router and its required interfaces to serve as a gateway, as
well as network support services. The contractor shall furnish a
dedicated turnkey system and support as follows: A dedicated Internet
protocol router with appropriate interfaces to connect the local
network (NUWCnet) to the external communications line. High-speed
(minimum T1) line(s) linking the local network, NUWCnet AS89 core
router, to the remote Internet. An itemized breakdown of costs for all
line and service options. Homing to a local Point of Presence (POP).
Connectivity to a national backbone with a minimum OC-3 architecture
owned and managed by the vendor. BGP service and peering requirements
including BGP transit advertisements from AS89 and direct private
peering agreements with multiple national backbone providers along with
direct public peering sites. CSU/DSU hardware required at the site
(NUWCDIVNPT) to support all connections. Any required cabling. Any
required gateway hardware located at the remote vendor site. The
contractor shall provide user documentation manuals for the installed
gateway system. This documentation shall also include procedures for
network segregation and isolation for security issues. Notification of
updates/revisions shall be provided as they occur. The Contractor
shall provide such connection to NUWC to allow for connection to the
Internet. The Contractor shall maintain the end-to-end service and
provide high performance mesh, speed, and capacity. In addition, the
Contractor shall provide a detailed description of the connection
services, a detailed network map containing nodes and hops, all
hardware components and cabling. Notification of updates/revisions
shall be provided as they occur. Network Operations Center: The
Contractor shall provide support services on a 24 hour, 7 day basis,
including monitoring of network activity, periodic network statistics,
remote site support, "hotline" services, and on-line trouble-shooting.
The Contractor shall provide this functionality in conjunction with
their network operation center, which will be responsible for the
coordination of the mentioned services and staffed by personnel having
appropriate qualifications. When problems arise at either the
contractor's site or the Government's site, a ticket/reference number
shall be generated and the NUWC point of contact shall be notified via
e-mail and/or fax describing the problem. Periodic updates shall be
provided until the problem has been resolved, at which point all shall
be notified. If a problem arises which requires the services of a
third party vendor, the contractor shall be responsible for
notification and all support required. Since the functions of the
Contractor's network operations center are directly related to the
functions of NUWC's network operation center, they should work closely
with on-line trouble-shooting, and consulting services during NUWC's
normal working hours (0630 -- 1630 EST, Monday through Friday).
Thecontractor shall provide a monthly report, which includes a summary
of utilization statistics and traffic analysis. Delivery shall be
F.O.B. Destination to NUWCDIVNPT, Newport, Rhode Island each year
beginning 1 October 1998. The provision at 52.212-1, Instructions to
Offerors -- Commercial, applies to this acquisition with applicable
addenda. The solicitation will close on 31 August 1998 at 2:00 p.m.
local time. Inquires may be addressed to Commercial Acquisition
Department, Building 11, Naval Undersea Warfare Center Division
Newport, Attn: Carol Gorman, Code 5912, Simonpietri Drive, Newport, RI
02841-1708; or faxed to Fax No. (401) 832-4820. Offers will be
evaluated per FAR Provision 52.212-2, Evaluation -- Commercial Items.
Specific evaluation criteria includes: (1) Technical capability of the
service offered to meet the Government's requirements. Provide data
that addresses the following Government requirements in sufficient
detail to clearly identify your qualifications. Connection Services: A
dedicated, Internet-protocol router with appropriate interfaces to
connect the local network (NUWCnet) to the external communications
line. Describe any required gateway hardware located at the remote
vendor site. Detailed description of connection services. Cabling
required and appropriate interfaces. Maintenance of end-to-end service.
Provision of high performance, speed, and capacity. Homing to a local
Point of Presence (POP). Bandwidth line(s) linking the local network,
NUWCnet AS89 core router, to the remote Internet. Connectivity to a
national backbone with a minimum OC-3 architecture owned and managed by
the vendor. BGP service and peering requirements including BGP transit
advertisements from AS89 and direct private peering agreements with
multiple national backbone providers along with direct public peering
sites. Support Services: Remote site support. Support services on a 24
hour, 7 day basis. Network operation center support. On-line
trouble-shooting and consulting services. Support all related services
and functionality. User documentation. Training. Security procedures.
Responsibility for failed systems. Formal ticketing procedures and
escalation process. Network news feed. Monthly statistics. (2) Price.
For evaluation purposes only, the three (3) option prices in the
"Amount" column for each year of the contract will be totaled and
divided by 3 for an "average option price." All five "average option
prices" will be added to the total price for line item 0001. See (b)
below. (3) Past Performance. (i) Provide a list of all (maximum of 20)
contracts and subcontracts with a value exceeding $100,000 that are
currently in process or have been completed during the past two years.
If the maximum is exceeded, list the 20 most current actions.
Contracts listed shall include those entered into with Federal, state
or local governments as well as commercial customers. Offerors that are
newly formed entities without prior contracts should list contracts and
subcontracts as required above for all key personnel. Include the
following information for each contract and subcontract: Name of
contracting activity or commercial firm. Contract number. Contract
type. Total contract value. Brief narrative (less than 10 lines)
describing your effort, complexity, objectives achieved. List major
subcontractors. Procuring Contracting Officer* and telephone.
Administrative Contracting Officer*, if different, and telephone.
Technical manager and telephone. *Or non-Government official with
similar duties or rank. (ii) Describe any quality awards or
certifications that indicate the offeror possesses a high-quality
process for developing and producing the product or service required.
Such awards or certifications include, for example, the Malcolm
Baldrige Quality Award, the automobile industry's QS 9000, Sematech's
SSQA, or ANSI/EIA-599. Identify what segment of the company (one
division or the entire company) received the award or certification and
when it was received. If the award or certification is over three years
old, present evidence that the qualifications still apply. (iii)
Provide similar past performance data for major subcontractors (those
performing more than 25% of the effort). Technical capability and Past
Performance when combined are significantly more important than price.
(b) Options. The Government will evaluate offers for award purposes by
adding the average price for all options to the total price for the
basic requirement. The Government may determine that an offer is
unacceptable if the option prices are significantly unbalanced.
Evaluation of options shall not obligate the Government to exercise the
option(s). The Offeror shall include a completed copy of the provision
at 52.212-3, Offeror Representations and Certifications -- Commercial
Items, with its offer. The clause at 52.212-4, Contract Terms and
Conditions -- Commercial Items, applies with applicable addenda. Clause
252.212-7001 of the Defense FAR Supplement (DFARS), Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial items (JAN 1997,
applies with applicable addenda. The Defense Priorities and Allocations
System (DPAS) rating is DO-C9. Estimated RFP release date is 8/6/98.
Posted 08/05/98 (W-SN233045). (0217) Loren Data Corp. http://www.ld.com (SYN# 0027 19980807\D-0009.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|