Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2008 FBO #2526
SPECIAL NOTICE

S -- Land-line Telecommunication Services

Notice Date
10/24/2008
 
Notice Type
Special Notice
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Treasury, Financial Management Service (FMS), Acquisition Management Division, 401 14th Street, S.W., Room 454D, Washington, District of Columbia, 20227
 
ZIP Code
20227
 
Solicitation Number
FMS-HQ-09-Q-0006
 
Archive Date
11/25/2008
 
Point of Contact
Cheryl D Rice,, Phone: 202 874-6788, Evelyn J Daval,, Phone: (202)874-3870
 
E-Mail Address
cheryl.rice@fms.treas.gov, evelyn.daval@fms.treas.gov
 
Small Business Set-Aside
N/A
 
Description
Notice of intent to award a sole-source contract. The U.S. Department of the Treasury, Financial Management Service (FMS), Washington, DC, intends to negotiate a sole source procurement to acquire land-line telecommunication equipment and services. The Government intends to contract this procurement with Southwestern Bell Telephone, LP. Southwestern Bell is the only contractor that can provide service, equipment and support to the FMS telecommuting employees residing in Kansas City, MO and Austin, TX. The local exchange service provider, certified by the state of Missouri and Texas, shall provide local residential communication services. The proposed contract is for a base year with four-one year options. This is a simplified acquisition with an estimated value of $250,000.00. This is not a request for quote and there is no solicitation available. The proposed contract action is for analog telephone service access for which the Government intends to negotiate and award with only one source under the authority of 13.501(a). The NAICS code is 517110, Wired Telecommunication Carriers and the Product Service Code is S113, utilities/telephone and-or communication. Telecommunications services are required to allow the employee to gain access to the FMS network using a basic dial-up connection to establish a virtual private network session. The Agency is seeking local exchange carriers (LEC) within the continental United States to provide analog services to individuals who have been approved to receive such services. The LEC shall also provide a unique telephone number which conforms to the North American Numbering Plan (NANP). No additional features shall be provisioned on any lines unless explicitly requested by the Designated Agency Representative or Contracting Officer Technical Representative. The following list of features shall not be provided by the LEC and are not authorized by the DAR: Long Distance;Three-Way-Calling; Per Call Blocking; Voice Mail; Caller ID; *69; Call Waiting; Call Forwarding; Call Intercept; Busy Redial; Speed Dialing; Distinctive Ring; Call Waiting ID; Anonymous Call Rejection; Do Not Disturb; Call Gate; Non-Listed Service; Non-Published Service; Preferred Telephone Number; Additional Listings; and Call Trace. Inside wiring maintenance is not required under the scope of the proposed contract. The Designated Agency Representative (DAR) or Contract Technical Representative (COTR) shall be notified, via email, the assigned telephone number, within 3 days upon completion of installation and functional testing of the installed telephone line. The DAR or COTR will submit a termination request for each line and number that are no longer required. The LEC shall acknowledge the request for termination, via email, no later than three (3) days after the notification has been requested by the DAR or COTR. The LEC shall also include with the acknowledgment a date for which the circuits will be terminated. Any responses received as a result of this notice of intent shall be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses will not be considered as proposals, bids, or quotes. Interested firms or individuals may identify their interest and capability to respond to the requirement by submitting in writing their name, address, point of contact, telephone number, business size and a statement regarding capability to provide the specified procurement. Interested firms will be considered only if they respond with clear and convincing documentation that they are capable of meeting or exceeding the requirements stated herein at a cost significantly more advantageous than the contractor named. All responses received within 10 calendar days after the date of publication of this synopsis will be considered by the Government. A determination by the Contracting Officer not to compete this proposed action based on the responses to this notice is solely within the discretion of the Contracting Officer. All responses must be addressed in writing to the attn: Cheryl Rice, Contract Specialist, Financial Management Service, 401 14th Street, SW, Washington, DC 20227. Facsimile number is (202) 874-7275.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1d2f426939b738e9e4188209c06c8111&tab=core&_cview=1)
 
Place of Performance
Address: Kansas City, MO and Austin, TX, Washington, District of Columbia, 20227, United States
Zip Code: 20227
 
Record
SN01696004-W 20081026/081024214901-1d2f426939b738e9e4188209c06c8111 (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.