Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 02, 2020 SAM #6790
SOURCES SOUGHT

60 -- IHS OIT Single Mode Fiber (SMF-28)

Notice Date
6/30/2020 5:15:26 PM
 
Notice Type
Sources Sought
 
NAICS
517311 — Wired Telecommunications Carriers
 
Contracting Office
DIVISION OF ACQUISITIONS POLICY HQ ROCKVILLE MD 20857 USA
 
ZIP Code
20857
 
Solicitation Number
IHS-OIT-06302020
 
Response Due
7/10/2020 11:00:00 AM
 
Archive Date
07/25/2020
 
Point of Contact
Glenda Smith, Reginald Lee, Contracting Officer
 
E-Mail Address
glenda.smith@ihs.gov, reginald.lee@ihs.gov
(glenda.smith@ihs.gov, reginald.lee@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
INTRODUCTION This is a Sources Sought Notice. This is NOT a solicitation for proposals, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified Native-Alaskan, Native American Small Indian-Owned Firms �that can participate in the upcoming requirement under the authority of The Buy Indian Act (25 USC 47). Your responses to the information requested will assist the Government in determining the appropriate acquisition strategy. BACKGROUND The mission of the Indian Health Service (IHS), Office of Information Technology (OIT) is to provide a highly reliable and efficient health information system to support the delivery of health care to the American Indian and Alaska Natives that IHS serves. All information technology (IT) infrastructure for the IHS in Rockville MD is located at the headquarters facility data center located on the 3rd floor at 5600 Fishers Lane, Rockville MD 20857. �Legal support for the mission is provided by the Office of General Council (OGC) staff located on the 3rd floor at 12501 Ardennes Ave, Rockville MD 20850. The Indian Health Service requires a point-to-point fiber pair between these two locations to facilitate OGC staff IT connectivity to all HHS and IHS information technology resources and services. �Existing connectivity currently interfaces with IHS managed switches at both locations. RESPONSE INFORMATION IHS is seeking contract sources who have demonstrated experience in relevant scope in terms of its size, complexity and magnitude to the activities to be performed under this scope, particularly, as it pertains installing a dedicated dark fiber pair of Single Mode Fiber (SMF-28) between two IHS point-to-point locations in accordance with the attached, Specification Statement (SS).� The capability statement shall sufficiently address how the responder�s services will be delivered for the proposed project. The qualifying response for this notice must ensure that the offeror has the experience and capacity to take part in this specific type of requirement. In particular, the responders SHALL provide a Technical Capability, addressing each of the following information in addition to the questions within Attachment 2 - Market Research Questionnaire attached to this Notice.� ��� �Contractor�s capability to provide dark, SMF-28 at an entity/enterprise level;� ��� �Contractor�s technical experience and knowledge and any past performance information that is relevant to this requirement; and� ��� �Contractor and contractor staff qualifications/certifications. Optional Capabilities Statement:� 1. Please provide three (3) references for any similar requirements your organization has worked - include agency/customer, project name, contract number, period of performance and a brief description. �2. In terms of evaluation approaches, beyond the required evaluation factors e.g. Past Performance, Technical and Price/Cost, what specific aspects within the Technical Factor do you recommend the Government evaluate that are �discriminators� to help distinguish differences in a Contractor�s approach? � Optional Feedback:� Please provide any feedback or questions you may have related to this requirement and the draft SOW. INSTRUCTIONS TO INDUSTRY All capable parties are encouraged to respond to this RFI and to the attached, Market Research Questionnaire. Responses must directly demonstrate the company�s capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. Generic capability statements are not sufficient and will not be considered compliant with the requirements of this notice. The Government requests interested parties submit a written response to this notice which includes: a. Company point of contact, mailing address, and telephone number(s), and website address b. Applicable company GSA Schedule number or other available procurement vehicle. c. Company�s System for Award Management (SAM) registration status.� Only one (1), single document can be uploaded. Please be sure to combine all documents or convert to PDF prior to uploading and submitting via email.� Please do not provide general capabilities statements. Only provide relevant information related to this requirement. This is optional All Optional feedback and questions must be submitted legibly on an Excel, Word, or PDF document to the furnished email addresses.� Disclaimer and Important Notes. This notice shall not obligate the Government to award contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on a government GPE. Furthermore, responses to this notice will not be considered adequate responses to a solicitation. Attachments: 1.�� �Attachment 1 - Draft SOW (2 pages) 2.�� �Attachment 2 - Market Research Questionnaire (2 pages) Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). �Responses must be submitted via email, no later than 2:00pm ET on Friday, July 10, 2020. �All Questions are due no later than 2:00pm ET on Friday, June 3, 2020. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for this submission is ten (10) pages and is inclusive of feedback and responses to the attached, Market Research Questionnaire. Interested parties shall submit their responses to this notice to the both individuals listed below in order to be considered compliant.� Primary POC: Glenda Smith Contract Specialist Email: Glenda.Smith@ihs.gov Secondary POC: �Reginald Lee Contracting Officer Email: Reginald.Lee@ihs.gov� �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/14ed043e73d94679a1d29b15948033f8/view)
 
Place of Performance
Address: Rockville, MD 20857, USA
Zip Code: 20857
Country: USA
 
Record
SN05708828-F 20200702/200630230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.