SOLICITATION NOTICE
D -- Relocation of AT and T Equipment at NAS Pensacola
- Notice Date
- 7/13/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018915TZ241
- Response Due
- 7/16/2015
- Archive Date
- 7/17/2015
- Point of Contact
- Kevin Clauson 2156971016 Kevin Clauson
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- NAVSUP Fleet Logistics Center Norfolk, 700 Robbins Avenue Philadelphia, PA 19111 intends to acquire services on behalf of the Commander, Naval Installations Command (CNIC) for the relocation of AT and T telecommunications equipment associated with an OC-3 (optical carrier, level-3) SONET (synchronous optical network), 18 DS-3 (digital signal, level-3) carriers, 72 each DS-1 (digital signal, level-1) carriers that is currently located at Naval Air Station (NAS) Pensacola, FL. Please see the attached documents entitled Performance Work Statement which details the anticipated performance period of contract action. 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. Furthermore, this procurement is being processed through other than full and open competition in accordance with the procedures in FAR 13.106-1(b). The Government intends to solicit and negotiate with AT and T. AT and T is the owner of the equipment that requires relocation and AT and T provides telecommunication services at this site using the aforementioned equipment. The award of a firm-fixed price contract is anticipated. All clauses applicable to this procurement will be provided at a later date to those firms determined to be in line for award. Interested persons may identify their interest and capability to respond to the requirement or submit quotes but this notice of intent is not a request for competitive quotes. However, all quotes received by noon on 16 July 2015 will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Interested parties are solely responsible for monitoring the NECO website for postings of any amendments to this announcement. The Government will not pay for information submitted in response to this notice. Oral communications are not acceptable in response to this notice. The applicable North American Industry Classification System [NAICS] code is 517110 with a size standard of 1500 employees. Additional information for this requirement will be listed in the attachment hereto entitled Performance Work Statement , which is anticipated to be released with this synopsis posting. Contractors must be registered in the System for Award Management [SAM] database in order to be considered for award. Please direct all questions via e-mail to Kevin Clauson at kevin.clauson@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018915TZ241/listing.html)
- Record
- SN03795172-W 20150715/150713235432-a40bfe21800eca6b7dcd2cf126322b4d (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 |