SOLICITATION NOTICE
D -- recurring sonet ring service
- Notice Date
- 6/12/2008
- Notice Type
- Presolicitation
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Mayport Detachment, N68836 FISC JACKSONVILLE, MAYPORT DET Bldg. 191, Naval Station Mayport Fleet Contracting Center Mayport, FL
- ZIP Code
- 00000
- Solicitation Number
- N6883608T0147
- Response Due
- 6/15/2008
- Archive Date
- 6/30/2008
- Point of Contact
- Carolyn Wilson 9042705699x147
- Small Business Set-Aside
- N/A
- 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number N68836-08-T-0147 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the lastest edition of the Federal Acquisition Circular. This solicitation is issued on a Sole Source Unrestricted basis, NAICS Code 517110; It is the Government's intent to award on a sole source basis to AT&T/Bellsouth: STATEMENT OF WORK SCOPE: This Statement of Work (SOW) establishes the requirements for leased local and carrier exchange access over commercial network service supporting subscriber service at the sites listed in the SOW as used herein, the term Contractor is defined as the Prime Contractor and any resultant Subcontractor(s). The Prime Contractor shall ensure that any subcontractor(s) comply with the terms and conditions of this document. Requirement is for an OC-3 Ring architecture for lacal access to commercial services in support of the Navy Information Operations Center (NIOC) at Corry Station, Pensacola, FL. Site Locations for these requirements are Center for Information Dominance (CID), Corry Station building 504 and building 3783, and the Local Exchange Carrier (LEC) serving Pensacola. 1.0 Navy Telephone Exchange Access Service Requirements: 1.1This SOW provides the requirements for leased local and carrier exchange access over commercial network service, path/interface to the Public Switched Telephone Network (PSTN) to support simultaneous access, transmission and switching of voice, data and image (video) services as required by NIOC. The Navy also requires dedicated DS1 (1.544 Mbps) and DS3 (44.736 Mbps) channels to provide paths for the transmission of data. The Prime Contractor shall provide these services up to the capacity of the initial OC-3 Ring design, and upon any possible future upgrade in reing architecture beyond the scope of this initial request, additional bendwidth capacities shall be offered. 1.2 OC-3 Service Setup/Configuration: (a) OC-3 (155.52Mbps) service is a fiber based, survivable, self-healing network with a ring architecture that ensures no single event can interrupt service. The OC-3 is a 100% fiber-based ring architecture. The service is a dedicated, high capacity, network designed to provide increased reliability and functionality via a self-healing ring topology between customer designated locations and LEC offices. (b) The network consists of fiber routed through local channels, inter-node and/or interoffice channel facilities. Customers can transmit DS1 and DS3 channel services simultaneously over primary and alternate paths between customer nodes and Local Exchange Carrier offices on an OC-3 ring architecture. The topology detects any failure within the system, and automatically self-heals around a single point of failure. (c) OC-3 service is composed of Central Office Node(s), Customer Premise Nodes, Local Channels, Central Office Channel Interfaces, Customer Channel Interfaces (required), and inter-node and interoffice channels when required for an OC-3 Ring topology. 1.3 Fiber Optic Cable: (a) Contractor shall provide and install Fiber Optic Cable from LEC fiber access point to NIOC building 3783 located on CID Corry Station in government provide conduit. (b) Contractor shall provide and install Fiber Optic Cable from NIOC building 3783 to Base Communication building 504 CID in government provided conduit. 1.4 Support Services: (a) The Contractor shall provide 24 hours, 7 days a week network assistance and support (operation and maintenance). (b) The contract shall identify a single point-of-contact for technical support. (c) The Contractor shall provide to the Government a list of management personnel contacts to be used by the Government P.O.C. in an escalation process in situations where troubles are not likely to be corrected within an acceptable time frame. (d) The trouble management coodinator shall provide progress reports to the Government P.O.C. throughout problem resolution efforts. Government P.O.C. will determine the number of progress reports required. Base year period of performance: date of award thru 30 sep 2008Option year period of performance: 01 Oct 2008 thru 30 Sep 2009 The following clauses and provisions apply: 52.212-1 Instructions to Offerors-Commercial Items;52.212-3 Offeror Representations and Certifications-Commercial Items; 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and citing: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52,232-33; 252.204-7004 Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisition of Commercial Items, and citing: 252.225-7001 and 252.232-7003; 5252.232-9402 Invoicing and Payment (WAWF) Instructions; Offers are due by close of business 15 Jun 2008 and may be emailed to Carolyn.wilson1@navy.mil or faxed to 904/270-6498. Point of Contact is Carolyn Wilson, Ph 904/270-5699 x147
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a5a1529e75f63c70489d3b858b9d0fd0&tab=core&_cview=1)
- Record
- SN01592857-W 20080614/080612221441-47bbe4de9ae6512e33ebf7e536b14b24 (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 |