Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
SOLICITATION NOTICE

S -- Dry Fiber Lease

Notice Date
7/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of Homeland Security, Office of the Chief Procurement Officer, Center for Domestic Preparedness-AL, P.O. Box 5100 61 Responder Drive, Anniston, AL, 36205-3923, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSHQSL-07-Q-00057
 
Response Due
7/30/2007
 
Archive Date
8/14/2007
 
Description
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. It is the Government's intent to negotiate on a sole source basis with AT&T, Atlanta, GA for lease and installation of 12 Strand Dry Fiber for two data connections between FEMA-CDP buildings, 61 Responder Drive and 490 Care Drive - Noble Training Facility (NTF), Anniston, Alabama. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued as a Request for Quotation HSHQSL-07-Q-00057. This combined synopsis/solicitation and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 2005-18. This procurement is being conducted pursuant to Federal Acquisition Regulation (FAR) 6.302-1(2)(b)(1)(i) , for other than full and open competition. The NAICS code for this requirement is 237130. The size standard is $31.0M It is incumbent upon prospective offerors to monitor the FEDBIZOPS web page for any/all subsequent amendments. FEDBIZOPS also contains an option for automatic notification service. The Department of Homeland Security, Federal Emergency Management Agency (FEMA), Center for Domestic Preparedness (CDP) proposes to enter into a contract with AT&T, Atlanta, GA on a sole source basis for lease and installation of 12 Strand Dry Fiber for two data connections between FEMA-CDP buildings, 61 Responder Drive and 490 Care Drive - Noble Training Facility (NTF), Anniston, Alabama. Items/Services are as follows: CLIN ITEM OR SERVICES QTY UNIT Contract Performance Period: Base Year: August 1, 2007 through July 31, 2008 0001 12 Strand (6 Pair) Dry Fiber Lease 12 MO 0002 Special Construction and Installation needed 1 LOT for the installation of dry fiber Optional Line Item Contract Performance Period: Option Year I: August 1, 2008 through July 31, 2009 1001 12 Strand (6 Pair) Dry Fiber Lease 12 MO PROVISIONS AND CLAUSES: All quotations must include a completed 52.212-3 (Nov 2006), Offeror Representations and Certifications/Commercial Items or certify that annual representations and certifications have been completed via the Online Representation and Certification Application (ORCA) via the ORCA website at www.bpn.gov. Prospective vendors must be actively registered with the CCR system. Failure to be actively registered will result in disqualification. Website is http://www.bpn.gov. Further information may be obtained at website http://orca.bpn.gov. or http://www.ccr.gov. All referenced FAR provisions and clauses may be accessed electronically at http://www.arnet.gov/far and HSAR provisions and clauses may be accessed electronically at htttp://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_With_Notice_04-01.pdf Of the available clauses, the following apply and are incorporated by reference: 52.212-1 (Sept 2006), Instructions to Offeror -- Commercial Items. The clause 52.212-4 (Feb 2007), Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference. The clause 52.212-5 (Mar 2007), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items: 52.233-3, Protest After Award (Aug 1996); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 5.225-1, Buy America Act-Supplies (June 2003); 52.225-2, Buy America Act Certificate (June 2003); 52.225-3, Buy America Act-Free Trade Agreement-Israeli Trade Act (Nov 2006); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003). Addendum: 52.236-27 Site Visit (Construction) (Feb 1995) 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, The following justification and approval is provided for other than full and open competition for this purchase. 1. Agency and Contracting Activity: The Department of Homeland Security, Federal Emergency Management Agency (FEMA), Center for Domestic Preparedness (CDP), Anniston, Alabama, proposes to enter into a contract on a basis other than full and open competition. 2. Nature and/or Description of Action Being Approved. The CDP requests approval to negotiate a firm fixed price contract with AT&T on a sole source basis for installation of two data connections between FEMA-CDP buildings - 61 Responder Drive, and the 490 Care Drive, Noble Training Facility (NTF), Anniston, Alabama. - Requirement is for the installation of a dry fiber system consisting of 6 pairs of fiber between the two locations. An additional part of this requirement is a Cisco Catalyst 3560 switch to include installation and configuration. The switch will come with a 24/7 Smartnet maintenance contract. CLIN ITEM OR SERVICES QTY UNIT Contract Performance Period: Base Year: August 1, 2007 through July 31, 2008 0001 12 Strand (6 Pair) Dry Fiber Lease 12 MO 0002 Special Construction and Installation needed 1 LOT for the installation of dry fiber Optional Line Item Contract Performance Period: Option Year I: August 1, 2008 through July 31, 2009 1001 12 Strand (6 Pair) Dry Fiber Lease 12 MO 3. Description of Supplies/Services. The CDP has a requirement for network connection to outlying facilities and staff in support of day-to-day mission functions and emergency operations. This connectivity must meet DHS security requirements and must be sufficiently robust to meet basic operational requirements for speed and application access. 4. Identification of Statutory Authority Permitting Other than Full and Open Competition. The statutory authority permitting other than full and open competition is 41 USC 253 (c)(5) as stated in FAR 6.302-1, entitled "Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements." 5. Demonstration that the Nature of the Acquisition Requires Use of the Authority Cited. AT&T is the only vendor with the required property Right-of-Way and utility infrastructure to provide immediate access between the two facilities to support the fiber requirement. AT&T has the communications infrastructure and technical knowledge readily available to meet the urgent need to establish this service. 6. Description of efforts made to ensure that offers are solicited from as many potential sources as is practicable. AT&T is the only vendor with the required property Right-of-Way and utility infrastructure to support this requirement. Any other potential source would have to subcontract through AT&T in order to gain access to the existing infrastructure at significant additional cost to the Government for the same services. 7. Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable. The Contracting Officer hereby determines the anticipated cost for this contract action will be fair and reasonable based upon a comparison of the current published commercial prices for the existing service and similar services recently contracted. 8. Description of Market Research. Review of property data verifies that AT&T is the only company with required utility Right-of-Way and existing communications infrastructure to support this requirement. 9. Any Other Facts Supporting the Use of Other Than Full and Open Competition. The CDP mission is to operate a Federal training facility to train and prepare emergency first responders to prevent, deter, respond to, and recover from terrorist acts or other hazardous events, especially those involving weapons of mass destruction and hazardous materials. As a result of the recent transfer of the CDP into the FEMA structure, the NTF has been integrated into the CDP organization. To ensure both day-to-day management and operations, and to support the execution of training, the NTF must be physically connected to the CDP IT network and IT infrastructure. Essential support operations, emergency management, and mission communications require that all CDP staff and operations be hosted on one network. That linkage must meet a critical DHS security requirement which necessitates point-to-point dedicated communications linkage with appropriate firewalls and encryption. Failure to obtain the requested linkage and communication capability will inhibit training efforts, limit routine and emergency support operations, and marginalize the efficient use of staff and Government resources to accomplish the organization's critical training mission. 10. A Listing of the Sources, if any, that Expressed, in Writing, any Interest in the Acquisition. There are no other sources that have expressed an interest in this requirement. 11. A Statement of the Actions, If Any, the Agency May Take to Remove or Overcome Any Barriers to Competition Before Any Subsequent Acquisition of Supplies or Services are Required. Future technology may progress to the point that a means is developed to allow secure point-to-point transfer of data over the current non-physical medium of fiber or wire. It is also possible that as the property between and around the CDP enclave further develops and additional potential users establish operations, another service provider may obtain a Right-of-Way and establish a communications infrastructure to support similar capabilities and be suited to host similar requirements. The Government intends to make an award to a single offeror who can provide all items identified and as specified herein. Successful offeror shall be the responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Price and price related factors (2) Delivery schedule. Inquiries and information received after the established deadline shall not be considered for this particular acquisition. Oral communications are not acceptable in response to this notice. Only written responses will be accepted. E-mail responses must be in MS Word, Excel or PDF format. Technical and/or administrative questions must be submitted in writing to Charlotte.Laughlin@dhs.gov or Ella.Chapman@dhs.gov. All responses to this notice shall be received no later than July 30, 2007, 4:00 p.m. Central Time (CT).
 
Place of Performance
Address: 61 Responder Drive, Anniston, AL
Zip Code: 36205
Country: UNITED STATES
 
Record
SN01346679-W 20070721/070720001105 (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.