Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 26, 2005 FBO #1491
MODIFICATION

D -- Telecommunication Services for American Embassy San Salvador

Notice Date
12/23/2005
 
Notice Type
Modification
 
NAICS
517310 — Telecommunications Resellers
 
Contracting Office
Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, FL, 33309
 
ZIP Code
33309
 
Solicitation Number
SWHARC06Q1005
 
Response Due
2/16/2006
 
Archive Date
3/3/2006
 
Point of Contact
Lisa Goodwine, Contract Specialist, Phone 954-630-1283, Fax 954-630-1165, - Robert Lloyd, Contracting Officer, Phone 954-630-1146, Fax 954-630-1165,
 
E-Mail Address
goodwinelc@state.gov, lloydre@state.gov
 
Description
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued. Solicitation Number S-WHARC-06-Q-1005 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. This is an unrestricted acquisition using commercial procedures in FAR part 12. The NAICS code is 517310 with a small business size standard of 1,500 employees. List of contract line item numbers (CLIN) and items, quantities and units of measure including all options. Base Year 28 February 2006- 27 February 2007 CLIN DESCRIPTION EST QTY. Unit Price (UP) Total Price(TP) 0001 Digital lines (E1 DID ISDN Euro) 08 0001A Activation fee 08 0001B Monthly fee 08 0002 International carrier services 0002A Digital Lines rate 1 0002B Cellular Service rate 1 0003 Video conferencing 0003A ISDN/BRI circuit lines 08 0003B Activation fee 08 0003C Monthly fee 08 0003D International rates 1 0003E ISDN/IP circuit lines 02 0003F Activation fee 02 0003G Monthly fee 02 0004 Internet Services (Kbps) 0004A Router rentals 01 0004B Band width no less than 2048Kbps. 0005 Cellular Phones 300 $ 0005A Service Rate Plan Subscription per phone to be billed monthly 0006 International Calls 0006A USA rate of ______________ per minute (air time) to be billed monthly 0006B Other Countries rate of ______________ per minute (air time) to be billed monthly 0007 International Roaming 0007A USA rate of _______________ per minute (air time) to be billed monthly 0007B Other Countries rate of _______________ per minute (air time) to be billed monthly 0008 Cellular phones rental (Official and Non-Official) 0008A Cost of SIM Card as needed_____________each 0008B Monthly fee 0009 Replacing Copper Wire (3) with Fiber (3) including distribution fibers on both ends (Multi-Mode) One time job 0009A See below-LandLines/LeaseLines 1 JB Proposal the option year pricing for the following: Option Year (1) 28 February 2007- 27 February 2008 Option Year (2) 28 February 2008- 27 February 2009 Final Consumer Value Added Tax (IVA) shall NOT be included in the rates/fees STATEMENT OF WORK/SPECIFICATION PURPOSE: The Department of State American Embassy San Salvador has a requirement for telecommunication services for a base year and two one year options. Scope of Work: The American Embassy in San Salvador, El Salvador requires telecommunication services to include direct inward dialing, international dialing service, private network among cellular lines, internal lines and fixed lines, replace copper wire with fiber optics bypassing Embassy switch for emergency communications and alternate routing capability. Services shall include telecommunication infrastructure installation/maintenance and support. Digital lines with DID capability routed to multiple central offices/switches for redundancy and to support future growth. Provide multi-pair fiber optic cable infrastructure up to Embassy main distribution frame (MDF). With all the equipment necessary to connect and distribute the fibers to intermediate devices between the fiber and the telephone switch at the Embassy. Provide dedicated data/internet services. Digital Video Conferencing over integrated services digital network/basic rate interface and Internet protocol. Services shall provide the following: At a minimum, 3000 Direct Inward Dialing (DID) numbers according to the Embassy?s numbering plan, international dialing service, network among cellular lines, internal lines and fixed lines (E1), must ensure no wireless fixed line connections are made in the Embassy, utilize the latest telephony technology, lease one E1 line from alternate telecommunication company to provide the Embassy with alternate routing capability, All services shall include cellular instruments, telecommunication infrastructure, installation, maintenance and support. LandLines/LeaseLines: Replacing Copper Wire (3) with Fiber (3) including distribution fibers on both ends (Multi-Mode). Replace 300 direct analog lines with 24 pair of fiber optic cables using multi-mode for use with State and AID. Lines should be routed to multiple central offices/switches for redundancy. Digital Line/TrunkLine: Request eight (8) E-1 lines with DID capability routed to multiple central offices/switches for redundancy and to support future growth. Multi-pair Fiber Optic Cable( at least 24 multimode Fiber Optic Cables) infrastructure up to Embassy Main Distribution Frame with all the equipment necessary to connect and distribute the fibers to intermediate devices between the fiber and the telephone switch at the Embassy. Services provided w/redundancy is required to function 100% of the time. Data/Internet service: Provide dedicated bandwidth to EAC members (list of residences to be provided) with no less than 256 Kbps for use with IP telephones. Provide dedicated broadband service to Embassy compound through Fiber Optic Cable to the Main Distribution Frame (MDF) in order to support Internet requirements for all agencies. Bandwidth can be no less than 2048 Kbps. DVC (Digital Video Conferencing): DVC service over Integrated Services Digital Network/Basic Rate Interface (ISDN/BRI) and Internet Protocol (IP) network with bandwidth capability of no less than 512 Kbps through Fiber Optic cable to the Embassy?s MDF. Cellular Phone Service: Variety of ?unlocked? hand sets will be provided without cost to the Embassy. Create a Private Network to include all official cellular phone, Embassy landlines, Mission family members and the Embassy?s digital trunks. Provide an Embassy Family member plan included in the Embassy?s private network. Cellular network must have capability to provide Global System for Mobile communication (GSM) services for at least 300 cellular phones as well as providing Micro cells inside the Embassy in order to have communication throughout the Chancery building. Cellular service must include Multimedia Messaging (MMS), Text messaging, and Internet service. MMS, Text messaging, and Internet service must utilize GPRS (General Packet Radio Service) or EDGE (Enhanced Data Rates for Global Evolution) technology. MMS, Text messaging, and Internet service should be billed on a flat monthly basis, not per use basis. Technical Service must include service for handsets, maintenance, support and a dedicated customer service help desk contact for the Embassy. Billing data shall be separated by phone number. Calls made within the VPN should reflect no charge. Calls outside the VPN should have charges. Calls should be itemized and grouped "in plan" and "outside plan". In addition to the paper copy invoice, an electronic submission of the monthly billing shall be sent no later than five working days of the following month to the following address irmsansalvador@state.gov. Billing data must be administratively accessible and adjustable by Embassy Information Management personnel. Customer Service: A dedicated support representative is required to respond by phone within one (1) hour of Customer support request. Technical support resolved within 24 hours and emergency situations shall resolve within 8 hours. Present Infrastructure Copper cables at the Main Distribution Frame (MDF) Three 100 pair cables located at three separate MDF Fiber Optic cables at MDF (Monomode F.O. (8 fibers) to an Optical Distribution Fiber (ODF) to a Fiber Optic Terminal (FOT - terminal equipment that connects the E1?s to Embassy telephone switch) FOT capacity is for 8 E1?s. 1-E1 for State 2-E1 for AID 3-Internet for FCS 4-Internet for OPE 4 E1?s are available for growth and 3 pair of fiber for growth. Single Mode Fiber (3 pair of fibers) to an ODF 1 pair breaks out to an OPTIMUX 4 E1 where an E1 of voice and 2 links for Micro cells are located. The OPTIMUX has the capacity of 1 additional E1. One pair of fibers connecting to DEA internet and one pair to STATE internet. (There is no available fiber left) TELEFONICA (Four pair of Fiber owned by Custatlan), SALNET (Six pair not in use) Services Analog Landlines- 141 Direct Lines (PBX STATE/AID and direct lines for faxes), Digital Lines- 2 E1 (1 State and 1 USAID), 1 E1 (State 2501 prefixes), Direct Inward Dialing (DID) Lines 2 blocks of numbers 1000-1999 and 2000-2999 (2000 numbers); 3 blocks 1000-1699, 2000-2999, 3000-3100 and 4100-4199(IP Phones) (1900 numbers), IP Phones- Emergency Action Committee Members (EAC) should have the availability of an Internet Service Provider (ISP) at home with at least 256 Kbps (dedicated) ? @ lowest price. Members pay for their own ISP and will not be billed to the government. International carriers Carrier 300, direct lines with faxes Americatel Carrier 158. Internet service Dedicated broadband service to Embassy through Fiber Optic Cable to Main Distribution Frame (MDF) supporting internet requirements. Digital Video Conferencing (DVC) ISDN/BRI 128 Kbps circuit Video Conferencing services compatible with ISDN/BRI DVC service. GSM Technology/Cellular Telephone Service 112 Official State Cellular Telephones, include a virtual network (calls among cells and internal Embassy extensions and land lines) no cost. Include free cell phones with a 12 month agreement. A TDMA and a GSM micro cell (provides service coverage within the Embassy) provided without cost. Pre-proposal Conference The Government will hold a pre-proposal conference on January 10, 2005 at 10:00 (local time) at the Chancery Building, Boulevard Santa Elena, Antiguo Cuscatlan, La Libertad, El Salvador. Offerors interested in attending should contact the Contracting Officer?s Representative (COR) at fax number 011(503) 2501-2153 before 1200 (EST) Friday December 30th with the company name, individuals attending and title. The offerors are responsible for their own travel costs due to the limited budget for this project, the U.S. Government will not reimburse the potential offerors for their travel expenses. Site-Visit In accordance with FAR provision 52.237-1, Site Visit, the Embassy has established site visit in country to occur on January 10, 2005 following the pre-proposal conference. Offerors should contact the Contracting Officer?s Representative (COR)_at fax number 011(503) 2501-2153 before 1200 (EST) Friday December 30th. The cost for the site visit will not be reimbursed or paid by the USG Service to begin within ninety days after contract award. The requirement is for a Firm Fixed Price IDIQ Contract with a 12-month base period of performance and two12-month option periods. The following provisions and clauses apply to this RFQ and are incorporated by reference: FAR 52.212-1, Instructions to Offerors--Commercial Items (JAN 2005) FAR provision 52.212-2, Evaluation of Commercial Items (JAN 1999) is tailored to read that award will be made to the quoter who provides the best value to the government, price and other factors considered. The following evaluation factors will be considered: Technical Capability (The government will evaluate each quoters understanding of the work on the basis of its written Quote in making this evaluation. The government will consider the knowledge of the work statement in terms of the concept, purpose, importance, salient operational procedures, inherent problems and ideas for solutions). Past Performance (The government will evaluate the quality and content of the past performance. The government reserves the right to obtain information for use in the evaluation of past performance from any and all sources. The evaluation will be based on the extent to which the quotes have demonstrated, through recent past performance under contracts of a similar nature, its ability to successfully meet the requirements of the Request for Quotation (RFQ). The evaluation will consider the history of relevant experience, reasonable and cooperative behavior, adherence to contract schedule, and commitment to providing quality services similar to that described in the statement of work. Price: The government will evaluate the reasonableness of the price. Technical and past performance, when combined are equal to price. The provision of FAR Clause 52.212-3 Offeror Representation and Certifications-Commercial Items (Mar 2005) shall be competed electronically via the Business Partner Network (BPN) web site at http://orca.bpn.gov. A quote shall include the DUNS number, and shall contain a statement indicating the on line representations and certifications are incorporated in its offer, are current, accurate, and complete as of the date of the Quote. All firms must obtain a DUNS number to participate in this acquisition, a DUNS number may be obtained at the following website http://www.dnb.com/US/duns_update/ . The provision of FAR Clause 52.212-4, Contract Terms and Conditions-- Commercial Items (Sept 2005) applies to this acquisition. The provision of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Sept 2005) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 19955), with Alternate 1 (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.222-19, Child Labor ? Cooperation with Authorities and Remedies (June 2004) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans, 52.225-3, 52.225-13, Restrictions on Certain Foreign Purchases, 52.225-5 Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note), 52.232-33 Payment by Electronic Funds Transfer, Central Contractor Registration (Oct 2003)(31 U.S.C. 3332), 52.222-43, Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.), FAR 52.214-34, Submission of Offers in the English Language, and 52.214-35, Submission of Offers in U.S. Currency are applicable to this acquisition FAR 52.217-5 Evaluation of Options (July 1990), FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000), FAR 52.246-25 Limitation of Liability Services (Feb 1997), FAR 52.249-2 Termination for Convenience of the Government (Fixed-Price) (May 2004), FAR 52.249-4 Termination for Convenience of the Government (Services) (Short Form). (Apr 1984). The clauses at DOSAR 652.206-70, Competition Advocate/Ombudsman (AUG 1999), 652.225-71, Section 8(a) of the Export Administration Act of 1979, as Amended (AUG 1999) and 652.242-72, Shipping Instructions (DEC 1994) are applicable to this acquisition. Proposals shall be submitted in both English and Spanish languages. The Spanish language proposal will be a courtesy copy as the English language version will prevail. Closing date and time for receipt of quotations is February 16, 2006 at 12:00 p.m. Eastern Standard Time. Submit offers in accordance with FAR provision 52.212-1. All Quotes shall be submitted in an electronic format to goodwinelc@state.gov one original hardcopy shall be submitted to Contracting Officer, U.S. Department of State Florida Regional Center, 4000 N. Andrews Ave. Fort Lauderdale, FL 33309 Attn: Lisa Goodwine. Facsimile offers will not be accepted. All questions should be directed to goodwinelc@state.gov, no phone calls will be accepted. Any notice of changes will be issued in Fed Biz Ops at www.fbo.gov and is the responsibility to frequently check the site for changes. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-DEC-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 24-DEC-2005. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Record
SN00958201-W 20051226/051224211938 (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 |
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.