Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2005 FBO #1445
SOLICITATION NOTICE

D -- ON-SITE NET MAINTENANCE SUPPORT

Notice Date
11/8/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 FISC 800 Seal Beach Blvd, Bldg 239 Contracts, Seal Beach, CA 90740-5000
 
ZIP Code
90740-5000
 
Solicitation Number
N0024406T093
 
Response Due
11/14/2005
 
Archive Date
12/14/2005
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using simplified acquisition procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-06-T-0093. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-05 and DFARS Change Notice 20050901. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 541513 and the Small Business Standard is 21M. This is a sole source action with US Wired, Incorporated, San Jose, CA. The Fleet and Industrial Supply Center, San Diego, Detachment Seal Beach is requesting the following On-Site Maintenance Support with locally stocked spares in accordance with statement of work for The Naval Postgraduate School, Monterey, CA: STATEMENT OF WORK 1.0 Introduction. The Information Technology & Communications Services(ITACS)is responsible for the operation of the IT assets at the Naval Postgraduate School including the networks and telephone operations. This proposal is to extend the hardware & software warrantee for the Overture ISG5000 equipment used for connecting the six DOD sites on the Monterey Peninsula. Warrantee includes 7x24x365 day replacement of said equipment and software updates as released. 1.1 Organization The Information Technology & Communications Services (ITACS) at the Naval Postgraduate School (NPS), in Monterey CA. 1.2 Background and Objective ITACS develops, implements, and manages NPS communication systems including networking, phones, internet connections, etc. The requirement of this task order is to extend the warrantee maintenance of the DOD-net. This warranty includes stocking of replacement parts at NPS, provides software updates, and provides on-site replacement of parts witbin 4 hours as needed for repairs. 1.3 Networking Environment The NPS Network is a TCP/IP campus-wide infrastructure with multiple gateways to the Defense Research and Engineering Network (DREN) and the commercial internet. The network includes a network operations center, a Gigabit Ethernet backbone and switched end-user edge devices. A wide variety of Microsoft and UNIX servers and workstations are supported. The network has over 4300 nodes, supporting a wide variety of established and developmental research protocols and services. The DoD network has equipment located at six sites (NPS, FNMOC, DLI, DMDC, NRL, NWS). 2.0 Technical Requirements ITAC requires the contractor to provide software updates as released, on-site repair parts and a qualified technician to perform repairs as needed. These are all items covered as an extend warranty 3.0 Government Furnished Resources The Contractor shall identify in their proposal the access points they may need to perform repairs and location needed for stocking of replacement parts. Government shall provide contractor with contact list for both during and after hours for all locations. 4.0 Administrative Considerations 4.1 Points Of Contact: (To be determined) 4.2 Place of Performance The work will be performed as needed at the six specified sites on the Monterey Peninsula. 4.3 Hours of Work & Estimated cost Warranted parts are to be replaced within 4 hours of notice to contractor. 4.5 Duration of the Task Contract performance period is for one year from date of contact acceptance. 4.6 Travel Any required travel shall be at contactor expense 4.7 Privacy and Security 4.7.1 Clearances U.S. Citizenship is preferred for all personnel on this task. 4.7.2 Privacy Act Some information acquired or generated on this Task Order may be subject to the Privacy Act. Period of performance 11/15/05 to 11/14/06. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.222-3, Convict Labor; 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer ?Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within six days after date of publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a quote, which shall be considered by the agency. Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Quoters should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Anticipated award date will be 11/15/05. Fax proposal to 562-626-7877 or Email: Rachel.McFarland@navy.mil
 
Web Link
Click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00928933-W 20051110/051108213159 (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.