Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2015 FBO #5098
SPECIAL NOTICE

D -- Request for Information for Local Exchange Services for US Air Force - RFI for Local Exchange Access Services

Notice Date
11/6/2015
 
Notice Type
Special Notice
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 38 CONS, 4064 Hilltop Road, Tinker AFB, Oklahoma, 73145-2713, United States
 
ZIP Code
73145-2713
 
Solicitation Number
FA8773-16-C-1000
 
Archive Date
6/11/2016
 
Point of Contact
Robin Wiley-Greene, Phone: 4057341400
 
E-Mail Address
robin.wileygreene@us.af.mil
(robin.wileygreene@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI for Local Exchange Access Services 1.0 Description 1.1. The 38th Contracting Squadron (38 CONS), Tinker Air Force Base, Oklahoma is seeking information to obtain solutions and approaches from industry regarding performance of local exchange access services for the Department of Air Force to include US Air Force Bases, US Air Force Reserve and Air National Guard units located within CONUS and US territories. 1.2. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the U.S. Government to contract for any supply or service whatsoever. Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website at https://www.fbo.gov/. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 2.0 Background 2.1. A communication service authorization (CSA) is for local exchange access services, analog and digital access transport services, and intra-Local Access Transport Area (LATA) interconnect functions. Currently, the Government's requirement is for telecommunications vendors to deliver Primary Rate Interfaces (PRI), Direct Inward Dial (DID) and number portability at the Government demarcation point at the site. Vendors usually provide all transmission facilities, equipment, materials, maintenance, test equipment, and design layout needed to perform and provide local access and transport services and functions at the designated demarcation point. This includes a vendor's ability to install PRIs and the capability to port all currently existing DIDs and Commercial Subscriber Lines (CSLs) where applicable. These services include any special items, equipment, wiring or infrastructure compatible with the Government's current infrastructure. The vendor is responsible for troubleshooting and maintaining the operation of the circuit up to its termination point. Access to the local exchange includes: operator assistance, emergency 911/E911 services/functions, circuits/trunks to the base Demarcation Point (DMARC) and 911/E911 database maintenance where applicable. These services do not include residential/business services for non-Government entities or Government Contractors. Vendors must follow all Federal Communications Commission (FCC), Public Utility Commission (PUC), Department of Defense (DOD), Air Force (AF) and industry standards and guidelines for local exchange access requirements. 2.2. CSA Limitations: Long distance and wireless services are not authorized on a CSA. All long distance services are being provided under the Networx contract, or any subsequent follow-on contract, established by Defense Information Systems Agency (DISA). Currently, Government funding limitations hinder the ability to upgrade from legacy switch/analog infrastructure to current market technology. 2.3. Standard Government Qualification Requirements for Vendors: Vendors should be able to provide local exchange access services to the AF per the site-specific requirements. Qualification requirements are: • Registered under NAICS Code of 517110 (wired telecommunications carriers) • Interconnection agreements and/or leasing arrangements with the Incumbent Local Exchange Carriers (ILECs) in the states where services are provided, if applicable • Certification with the state PUC as a certified telecommunications service provider in the states where services are to be provided • Current applicable tariffs for the states where service is being provided • Registered in the System for Award Management (SAM) website and have no exclusions from doing business with the Government 3.0 Requested Information 3.1. There are many vendors that provide local exchange access services to businesses and various entities in the commercial marketplace. The main goal of this RFI is to obtain constructive information from industry vendors to aid the 38th CONS in our review of policies and processes for the acquisition of local exchange access services. Your responses to the following questions will assist us in this goal and aid in issuance of future solicitations and contracts that are more conducive to industry standards and practices in the commercial marketplace. 3.2. Please provide a response to the following questions: 1. What type of contract vehicle(s) has your company found to be most effective when providing local exchange access services for other Government Agencies (i.e., GSA contracts, Federal Supply Schedules (FSS), Basic Agreements, Blanket Purchase Agreements (BPA), C or D type contracts, etc.)? 2. How does your company provide local exchange access services for other commercial companies outside of the Government? 3. If your company is a current provider of local exchange access services for another Government Agency, how does the AF CSA process limit your company as a provider when compared to other Government Agency processes? 4. What contract type is more conducive to provide local exchange access services for the AF? 5. What pricing structure/Contract Line Item Number (CLIN) is more practical for your company (i.e., firm fixed price (FFP), fixed price with economic price adjustment (FP-EPA), etc.)? 6. Taxes, fees and surcharges fluctuate; therefore, what pricing structure does your company suggest for these services? 7. Does your company have any subcontracting/partnership/joint venture/teaming arrangements currently for local exchange access services? If so, does your company find this a successful approach in providing these services? 8. Is your company an Incumbent Local Exchange Carrier (ILEC), Competitive Local Exchange Carrier (CLEC), or at times both? 9. How would your company, as a provider, prefer to receive payments (Government Purchase Card (GPC), Miscellaneous Obligation Reimbursement Document (MORD), and Wide Area Workflow (WAWF))? 10. Are there restrictions, such as local access and transport areas (LATA), which affect the way your company is able to provide services in different geographical areas? If so, explain. 11. Is there any condition or action in the CSA solicitation that may restrict competition to local exchange access services? If so, explain. 12. Are there other alternatives to provide services other than by individual site, such as regionally, by state, etc.? If so, explain. 13. Do LATA's still present limitations with current technology? 14. Does your company have tariffs on file with state public utilities commissions or does your company use catalog pricing? If so, please provide web address to information. 15. Does your company plan to discontinue providing legacy services, such as analog trunks and switches? If so, please provide dates of discontinuance and identify the legacy services your company will no longer provide. In addition, provide your company's replacement solution(s) for these legacy services. 16. In accordance with (IAW) Defense Federal Acquisition Regulation Supplement (DFARS) 239.7405, the contracting officer may enter into a telecommunications contract for a period not to exceed a total of ten years. What is your company's preferred period of performance for local exchange access services? 17. IAW FAR 41, telecommunications are not considered a utility. Does your company perceive local exchange access services as a utility or a service? 18. Does your company have any active/current interconnection agreements with other companies to provide local exchange access services? If so, please provide a list of the companies' names and applicable states for the agreements. 19. If your company has an interconnection agreement with an ILEC, and the ILEC chooses to discontinue legacy services during your company's period of performance, how does your company plan to continue to provide legacy services for the Government? 4.0 Responses 4.1. In your response to this RFI, please identify other developer/vendor products that are interoperable with your solutions. 4.2. Additional Information. Responders are encouraged to submit additional information and comments regarding all solutions they believe will meet some or all the requirements. 4.3. Statement of Work (SOW). Responders are invited to provide positive or negative feedback regarding the attached SOW with associated required services such as recommended changes, noted exceptions, ambiguities, etc. 4.4. We request responders submit their responses to the questions in section 3.0 and additional information in section 4.0 above on standard 8 ½ x 11 white paper using your company's letterhead and format. All responses, comments and questions must be in writing, and identify the company source, address, contact person, e-mail and telephone number. Please include your active Cage Code and DUNS number information if registered in SAM. Vendors may submit capability statements with their responses to this RFI. 4.5. Response Date/Points of Contact Information: All responses to this RFI are requested by 11 December 2015, 1600 (CST). Responses shall be sent by e-mail to Toni McCabe at toni.mccabe.1@us.af.mil and Robin Wiley-Greene at robin.wileygreene@us.af.mil. The Government reserves the right to accept responses after the deadline. IMPORTANT NOTE: Do not submit classified information via email. We encourage responders to not submit proprietary information, however ensure any proprietary information submitted is marked appropriately. Information that is not marked proprietary will not be considered proprietary and may be subject to disclosure to third parties. 5.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, Robin Wiley-Greene, 38 CONS, email: robin.wileygreene@us.af.mil. Verbal questions will NOT be accepted. Answers to questions will be posted on the FedBizOpps website at https://www.fbo.gov/ under this RFI number. The Government does not guarantee that questions received after the closing date of this RFI will be answered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2866cbb219feb7b80355d16e456cc9d6)
 
Place of Performance
Address: Department of Air Force to include US Air Force Bases, US Air Force Reserve and Air National Guard units located within CONUS and US territories, United States
 
Record
SN03940440-W 20151108/151106234021-2866cbb219feb7b80355d16e456cc9d6 (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.