Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2004 FBO #0807
SOLICITATION NOTICE

D -- Frame Relay Services

Notice Date
2/10/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), FTS, 7T-2 Louisiana, 819 Taylor Street, Room 14A02, Fort Worth, TX, 76102
 
ZIP Code
76102
 
Solicitation Number
7TF-04-0008
 
Response Due
2/26/2004
 
Archive Date
3/12/2004
 
Point of Contact
Deborah Drury, Contract Specialist, Phone (504) 589-4349, Fax (504) 589-4399, - Kenneth Livingston, Project Manager, Phone 504-589-4355, Fax 504-589-4399,
 
E-Mail Address
deborah.drury@gsa.gov, kenneth.livingston@gsa.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, the test program in FAR Subpart 13.5, and FAR Part 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Solicitation Number is 7TF-04-0008 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-19. This is a full and open procurement under NAICS 517110. The objective of the resulting contract is to obtain operation and maintenance of the existing frame relay circuits and one point-to-point DS1 private line circuit, at the sites listed below. Due to the remote nature of the Corps of Engineers facilities, site survey requests will not be honored. The successful offeror will be responsible for circuit installation and accessory charges if necessary. A one-year warranty from the installation date is required for all accessories. If accessories at any locations do not function during the one-year warranty, the contractor shall ship replacements overnight to those locations and a USACE employee will handle the installation. The contractor shall coordinate with required service providers to provide Frame Relay services to Corps of Engineers existing offshore locations not accessible via physical cable facilities. The contractor shall provide an assigned, dedicated Project Manager for implementation and support during life of contract, a dedicated Operations Service Manager to handle repair escalations and larger outage issues, and an assigned Customer Care Manager (CCM) that has responsibility and accountability for the accuracy of billing. These individuals must be identified in the proposal. The CCM shall ensure billing accuracy by validating every billing component within 7 days of installation. The contractor shall provide a total monthly service charge on one bill. CCM will provide first bill walk-through to ensure the customer understands the bill. Credits are to be applied for out of service conditions. The place of performance is as follows: SITE PHONE NUMBER ADDRESS NOD 504-862-1199 7400 LEAKE AVE., NEW ORLEANS, LA70118 Algiers Lock 504-394-5714 3500 BLYTHE ST., NEW ORLEANS, LA Harvey Lock 504-366-4683 # 1 ALEX LANE, HARVEY, LA IHNC Lock 504-945-2157 4635 URQUHART ST., NEW ORLEANS, LA Venice Sub-Office 985-534-6010 43020 HWY 23 SOUTH, VENICE, LA Bonnet Carre 985-764-7484 16302 RIVER ROAD, NORCO, LA Bayou Boeuf Lock 985-384-7626 3300 YOUNG ROAD, MORGAN CITY, LA Bayou Sorrel Lock 225-659-7773 34505 BAYOU SORREL ROAD, PLAQUEMINE,LA Port Allen 225-343-3752 2101 ERNEST WILSON DR.,PORT ALLEN,LA Berwick Lock 985-384-7697 139 FAIRVIEW DR.,BERWICK,LA Old River Control 225-492-2169 4342 HWY 15,VIDALIA,LA Old River Lock 225-492-3333 21412 HWY 15,LETTSWORTH, LA Calcasieu Lock 337-477-1482 3972 CALCASIEU LOCK ROAD, LAKE CHARLES,LA Calcasieu Saltwater 337-433-5013 899 MIMS ROAD, WEST LAKE, LA Leland Bowman Lock 337-893-6790 25995 HWY 333,ABBEVILLE,LA SELA Office 504-734-5265 1221 ELMWOOD PARK BLVD, HARAHAN, LA Atchafalaya Basin 337-585-0853 112 SPECK LANE, PORT BARRE, LA Freshwater Bayou Lock 337-737-2478 41225 HWY3147, KAPLAN, LA Old River Low Sill 225-492-2159 4920 HWY 15, VIDALIA, LA71373 SELA Rheem Trailer 504-733-8233 4901 C Jefferson Hwy. Harahan, LA70123 SELA Trailer 504-861-2439 8800 CLAIBORNE, NEW ORLEANS West Bank Res. Office 504-785-6787 101 SINGS LANE, LULING, LA LAO 337-291-3030 646 CAJUNDOME, LAFAYETTE, LA * Schooner Bayou (337) 642-9178 41225 LA HWY 3147 Catfish Point (337) 538-2266 41225 LA Hwy 3147, Kaplan, LA 70548 Morganza (225) 492-2690 2084 Hwy 1 Batchelor, LA * Point-to-Point T1 not on circuit The period of performance is from date of award for a one-year period with two one-year renewal options. -GSA may exercise this option by written notice to the Contractor not later than ten calendar days prior to expiration of the contract; provided, that GSA shall give the Contractor a preliminary notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit GSA to an extension. If GSA should elect to continue service beyond the term of this contract (including options), or if no option notice is given, and GSA has not entered into a new service contract with the Contractor or another service provider, then the Contractor may continue to provide service at the Contractor's then current month-to-month tariffed rates. After the base year, the Corps can elect not to pursue the option year and no termination charges will apply. The customer may elect to utilize DSL services in lieu of the Frame Relay topology and may within the base year incur discounted base plus option year rates. The Corps will have the ability to discontinue these selected DSL sites at any time without termination liability even within the base year. Solicitation provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (OCT 2000) is hereby incorporated by reference. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors, listed in descending order of importance, shall be used to evaluate offers: (1) Technical capability of contractor to meet the Government's requirements; (2) Past Performance (see below); (3) Delivery Terms - ability to meet required delivery schedule and (4) Price. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. Evaluation of past performance shall be based on information provided by the offeror (see below) and any other information the Government may obtain by following up on the information provided by the offeror and/or through other sources (i.e., offeror's performance on previously awarded contracts with other Government or commercial entities). The offeror must identify at least two Federal, state, or local government and commercial contracts for which the offeror has performed work similar to the statement of work in this solicitation. References should include the most recent contracts completed within the last two years. The offeror shall provide a point of contact, current telephone number and fax number for each contract. This list should be included with your offer. Offeror's are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items (APR 2002) with its offer. Clause 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2002), is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (DEC 2001), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: (b)(5)52.219-8, (b)(6) 52.219-9, (b)(11) 52.222-21, (b)(12)52.222-26, (b)(13)52.222-35, (b)(14)52.222-36, (b)(15)52.222-37, (b)(25) 52.232-34. Clause GSAM 552.212-71, Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items (Jul 2000), is hereby incorporated by reference. The following clauses apply to this solicitation and any resultant contract: 552.203-71, 552.215-70, 552.228-70, 552.232-23, 552.232-73, 552.232-78. The following clauses are incorporated by reference: 52.217-2 Cancellation Under Multi-year Contracts (OCT 1997); 52.217-5 Evaluation of Options (JULY 1990); 52.217-9 Option to Extend the Term of the Contract (MAR 2000); 52.219-8 Utilization of Small Business Concerns (OCT 2000); 52.219-9 Small Business Subcontracting Plan (JAN 2002). A firm-fixed price contract is anticipated. Signed and dated offers one original must be submitted to GSA, Federal Technology Service, 7T-2, 501 Magazine Street, Room 1033, New Orleans, LA 70130, ATTN: Deborah A. Drury, at or before 4:30 p.m. (CDT), February 26, 2004. POC is Deborah A. Drury at 504/589-4349.
 
Place of Performance
Address: New Orleans, LA and surrounding areas in south LA.
Zip Code: 70160
Country: USA
 
Record
SN00519976-W 20040212/040210212829 (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.