Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 13, 2024 SAM #8082
SOLICITATION NOTICE

X -- 10GB Optical Wave Transport Service Lease Renewal

Notice Date
1/11/2024 10:19:19 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517111 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-24-2206575
 
Response Due
1/17/2024 9:00:00 AM
 
Archive Date
02/01/2024
 
Point of Contact
Dana Monroe, Phone: 4063759814
 
E-Mail Address
dana.monroe@nih.gov
(dana.monroe@nih.gov)
 
Description
SAM.gov Synopsis Document Type:� Combined Synopsis/Solicitation Solicitation Number: RFQ-NIAID-24-2206575 Posted Date: 01/11/2024 Response Date: 01/17/2024 Set Aside: None NAICS Code: 517111 Classification Code: X1BG/25325 Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases. Title: 10GB Optical Wave Transport Service Lease Renewal Primary Point of Contact:� Dana Monroe; dana.monroe@nih.gov Description: This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-24-2206575 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-06 November 06, 2023. The North American Industry Classification System (NAICS) code for this procurement is 517311 Wired Telecommunications Carriers with a small business size standard of 1,500 employees. The requirement is not a total small business set aside. The Government anticipates making a single award Firm Fixed Price purchase order for a base 12-month period and four subsequent 12-month options. � The National Institute of Allergy and Infectious Diseases (NIAID) requires renewal of 10GB optical wave transport service for the Rocky Mountain Laboratories (RML) in Hamilton, Montana to a telecom crossroads in Chicago, Illinois that ultimately connects to NIAID�s leased space within an Ashburn, Virginia collocation site. The line supports RML�s access to NIAID�s centralized business and scientific functions, such as genomic sequencing services, to NIAID laboratories located in Maryland. The RML generates terabytes of data that must be transmitted back to NIAID research and backup facilities in Maryland and the 10GB high speed connectivity is required to do so. The Contractor shall receive the optical wave and maintain the 10Gbps fiber optic network transport route as described below. Service delivery to the termination points shall be via 10GB ethernet over dark fiber. The Contractor is required to provide service to run from the Ashburn facility ingress point to NIAID�s leased spaced within the facility. REQUIREMENT: 43830 DEVIN SHAFRON DR, ASHBURN, VA 20147 USA 350 E CERMAK RD, CHICAGO, IL 60616 USA Wavelength - IOC - 10GIG-E LAN � - A Address = 350 E CERMAK CHICAGO, IL 60616 � - Z Address = 43830� DEVIN SHAFRON ASHBURN, VA 20147 � - Bandwidth = 10GIG-E LAN � - Protection = Unprotected � - Custom Route = Yes �� A-Side Access � - A Access price included in the IOC total price �� Z-Side Access Base Year and Each Option Year to include the following two items: Line 1:������������ Wavelength - IOC - 10GIG-E LAN From 43830 DEVIN SHAFRON DR, ASHBURN, VA 20147 USA To 350 E CERMAK RD, CHICAGO, IL 60616 USA� 12 months (includes A & Z side access) - $____/month for 12 months Line 2:������������ FUSF (Federal Universal Service Fund) fees - $___/month for 12 months PERIOD OF PERFORMANCE: ����������� Base Period:��� ����������� January 27, 2024 � January 26, 2025 ����������� Option Year 1:� � � � � � � January 27, 2025 � January 26, 2026 ����������� Option Year 2:� � � � � � � January 27, 2026 � January 26, 2027 ����������� Option Year 3:� � � � � � � January 27, 2027 � January 26, 2028 ����������� Option Year 4:� � � � � � � January 27, 2028 � January 26, 2029��� Place of Performance: See above description, United States.� FOB: Destination FAR Clause 52.204-26 representation will be requested if not included in current www.sam.gov registration. Quotes should include UEI # from active SAM.gov registration The government requests responses from qualified sources capable of providing the requirement as outlined above. The Government may evaluate only those quotes that fully meet the requirements and respond to the solicitation instructions and requirements. Failure to furnish a full and complete quote as instructed may result in the Offeror�s response being considered non-responsive and will therefore be eliminated from further consideration and award. EVALUATION: NIAID will evaluate all quotes to determine the best value to the government. NIAID will make a Best Value Determination based on the capability of each offeror�s quote to provide the requirement as outlined, past performance, and reasonable price. Non-price factors, when combined, are equal in importance to price. �Best value� means the expected outcome of an acquisition that, in the government�s estimation, provides the greatest overall benefit in response to the requirement. Best value evaluation is, in and of itself, a subjective assessment by the government of the offers that provides the optimal results to the government. �� EVALUATION OF OPTIONS: In accordance with FAR 52.217-5 Evaluation of Options, the Government will evaluate offers for award purposes by adding the total price for all options to the total price of the base requirement. Evaluation of options shall not obligate the Government to exercise the option(s). The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government�s best interest. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 2023) FAR 52.204-7 System for Award Management (OCT 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (JAN 2017) 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must be completed representation in section 52.204-26 of an active SAM.gov registration The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2022) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (NOV 2023) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) FAR 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:� http://farsite.hill.af.mil/vffara.htm By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than January 17, 2024 at 12:00pm EST Offers may be e-mailed to Dana Monroe at dana.monroe@nih.gov. Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2206575). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Dana Monroe at dana.monroe@nih.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/55081c72dc0340bc8ed45f80ca614113/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06933345-F 20240113/240111230051 (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.