Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2003 FBO #0677
SOLICITATION NOTICE

D -- Operation and Maintenance of the Base Telecommunications System (BTS) at Seymour Johnson AFB NC, Whiteman AFB MO, Los Angeles AFS CA and Grissom ARB IN.

Notice Date
10/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 38 EIG/PK, 4064 Hilltop Road, Tinker AFB, OK, 73145-2713
 
ZIP Code
73145-2713
 
Solicitation Number
FA8773-04-R-0001
 
Response Due
12/2/2003
 
Archive Date
6/2/2004
 
Point of Contact
Billy Boykin, Contract Specialist, Phone 405-734-9788, Fax 405-734-9220, - Chris Hampton, Contracting Officer, Phone (405) 734-9786, Fax (405) 734-9220,
 
E-Mail Address
billy.boykin@tinker.af.mil, chris.hampton@tinker.af.mil
 
Description
The 38 Engineering Installation Group/PKL, Contracting Division, has a requirement for non-personal services for operations, maintenance and recurring support services of the Base Telecommunications Systems (BTS) at Seymour Johnson AFB NC, Grissom ARB IN, Whiteman AFB MO and Los Angeles AFS CA. One Request for Proposal will result in the award of four individual performance-based Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts. Each contract is one base period of 6 months with six one-year options although services on each contract are limited to a total of 60 months per task order to ensure compliance with the Service Contract Act. Seymour Johnson AFB has a Nortel MSL100 switch with three (3) Remote Switching Terminals (RSTs) and one (1) Nortel SL1 Billeting Switch. Grissom ARB IN has a Nortel SL-1 XT switch upgrade to 81C. Los Angeles AFS has a Nortel SL-1 XT and Nortel SL-1 NT switch at Ft. MacArthur. Whiteman AFB has a Nortel SL-1 XT upgrade to Meridian 1 Option 81C Release 22, 1 each Meridian 1 Option 11C, Release 25.5 and 1 each Meridian 1 Option 11C, Release 22. Contractors may be required to maintain Definity and Siemens/Rolm switches on future task orders. Foreign participation is permitted only at the subcontractor level. Copies of the solicitation will be provided to foreign firms only in order that they may pursue subcontracting opportunities. All responsible domestic offerors may submit proposals. CBD NOTE 1 applies. For this acquisition, a concern will be considered small under NAIC code 811212 with size standard of $21,000,000.00. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in this solicitation for the described supplies or services. No telephone request for this RFP will be accepted. The RFP will be paperless and will be released using Electronic Posting System (EPS) via the www (www.eps.gov). The RFP will contain files in MS Word 9.0 and MS Excel 9.0 DO NOT request any documents in writing. A registration page for the solicitation will be available at the solicitation web page.
 
Place of Performance
Address: Seymour Johnson AFB, NC; Whiteman AFB, MO; Grissom ARB, IN; Los Angeles AFS, CA
Zip Code: 27531-2465
Country: U.S.
 
Record
SN00447413-W 20031005/031003213111 (fbodaily.com)
 
Source
FedBizOpps.gov 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.