SOLICITATION NOTICE
D -- Telecommunication and IT Data Transport Services
- Notice Date
- 6/3/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Pacific, 477 Essex Street, Pearl Harbor, Hawaii, 96860-5815
- ZIP Code
- 96860-5815
- Solicitation Number
- HC1019-10-R-2001
- Point of Contact
- Darlene K. Arakaki, Phone: 8084720565, Angela M Margin, Phone: 808-472-2507
- E-Mail Address
-
darlene.arakaki@disa.mil, angela.margin@disa.mil
(darlene.arakaki@disa.mil, angela.margin@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the FAR Part 12 (Acquisition of Commercial Items) and Simplified Acquisition Procedures of FAR 13.106 as authorized by FAR 13.5, Commercial-Item Test Program. This is a sole source requirement in accordance with FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Defense Information Technology Contracting Organization-Pacific (DITCO-Pacific) intends to award a firm-fixed priced, sole source contract to Kaua'i Island Utility Cooperative (KIUC), 4463 Pahe'e Street, Suite 1, Lihu'e, Hawaii 96766-2000. The North American Industry Classification (NAICS) code is 517919, and business size maximum is $25.0 million. This requirement is for Aerial Fiber Optic Cable Installation and Telecommunications Information Technology Data Transport Services. The proprietary nature of this requirement is that KIUC owns and manages the electrical facilities and utility pole infrastructure that would allow fiber optic data transport. There are no other public or privately owned utility pole routes between the Pacific Missile Range Facility (PMRF) and its remote facilities. KIUC would have ownership and access rights to the installed system and the government would procure these services from KIUC. The base contract period will be for nine months with a one year option period. Responsible sources may submit a proposal for consideration with the expectation that there will be one award supporting this acquisition. All offerors must be registered in the Central Contractor Registration (CCR). Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation. Offeror's submissions will be evaluated based on technical capability, past performance, and price. The Request for Proposals (RFP) number is HC1019-10-R-2001. This solicitation incorporates the following clauses by reference: Federal Acquisition Regulation (FAR) 52.204-4, 52.212-1, 52.212-4, 52.223-5, 52.228-5, 52.237-2 Department of Defense FAR Supplement (DFARS) 252.201-7000, 252.209-7001, 252.209-7004, 252.223-7006 This solicitation incorporates the following clauses in full text: FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its Alternate I, applies to this acquisition. FAR 212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items to include 52.222-50, 52.233-3, 52.233-4, 52.203-6, 52.219-8, 52.219-9 Alt II, 52.219-16, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.225-13, 52.232-33, 52.222-41, and 52.222-43. FAR 52.217-8, Option to Extend Services. FAR 52.217-9, Option to Extend the Term of the Contract. FAR 52.233-2 Services of Protest FAR 52.237-3, Continuity of Services FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.204-9001, Contract/Order Closeout - Fixed Price, Time and Materials, or Labor-Hours. FAR 52.232-9000, Wide Area WorkFlow DFAR 252.212-7000, Offeror Representations and Certifications - Commercial Items DFAR 252.204-7000, Disclosure of Information DFAR 252.237-7023, Continuation of Mission Essential Functions DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items to include 52.203-3, 252.203-7000, 252.219-7003, 252.225-7012, 252.226-7001, 252.232-7003, 252.243-7002, and 252.247-7023. DARS 52.209-9000 Organizational and Consultant Conflicts of Interest (OCCI). The RFP Contains the following line items: CLIN 0001 Provide services to install and expand the current Information Technology (IT) backbone infrastructure between real-time data processing systems at the Pacific Missile Range Facility (PMRF) Barking Sands and the PMRF remote instrumentation sites at Kokee and Makaha Ridge. Period of performance is nine months. CLIN 1001 Provide Telecommunication/Information Technology Data Transport Services for one year after fiber optic cable installation is completed. This includes annual inspection and annual incidental maintenance. Period of performance is twelve months. See Note 22. All submissions/questions regarding this synopsis/solicitation shall be sent to Darlene Arakaki by email at darlene.arakaki@disa.mil no later than 18 June 2010, 2:00 PM HST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTP/HC1019-10-R-2001/listing.html)
- Place of Performance
- Address: Defense Information Technology Contracting Organization – Pacific, 477 Essex Street, Bldg. 77, Ste 180, Pearl Harbor, Hawaii, 96860-5815, United States
- Zip Code: 96860-5815
- Zip Code: 96860-5815
- Record
- SN02166994-W 20100605/100603234744-342c99202947af664b8611c251272809 (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 |