Fairbanks Command Data and Acquisition Station telephone and Internet services

expired opportunity(Expired)
From: Federal Government(Federal)
1333LD19BNEEB0017

Basic Details

started - 23 Sep, 2019 (about 4 years ago)

Start Date

23 Sep, 2019 (about 4 years ago)
due - 26 Aug, 2019 (about 4 years ago)

Due Date

26 Aug, 2019 (about 4 years ago)
Award

Type

Award
1333LD19BNEEB0017

Identifier

1333LD19BNEEB0017
Department of Commerce

Customer / Agency

COMMERCE, DEPARTMENT OF (13343)NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (7398)DEPT OF COMMERCE NOAA (7176)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:Aug 11, 2019 5:18 pm The Department of Commerce/National Oceanic and Atmospheric Administration/National Environmental Satellite Data and Information Service (DOC/NOAA/NESDIS), intends to award a Purchase Order pursuant to Simplified Acquisition Procedures under the authority of FAR Part 13. The requirement is being issued for a 12-month base period and two additional 12-month option periods pursuant to FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000).This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6., as supplemented with additional information included in this notice, and it being conducted pursuant to Acquisition Circular FAC 2019-04 Effective 07 Aug 2019 Part Subpart 12.6 and FAR Part 13. The Request for Quote (RFQ) number is 1333LD19BNEEB0017The acquisition is being conducted as a full and open requirement. The intended procurement will be classified under North American Industry
Classification System (NAICS) 541312 - Size Standard 1,500 employees.THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.PURPOSE:The purpose of this request is to provide FCDAS with telephone and Internet services.SCOPE OR MISSION:FCDAS requires telephone and Internet connectivity to support satellite operations for the NOAA/NESDIS/OSPO and partner agencies and nations.BACKGROUND:The Fairbanks Command and Data Acquisition Station (FCDAS) is a 24-7 satellite tracking station operated by the National Oceanic and Atmospheric Administration in support of national and international operational and research environmental monitoring spacecraft.TECHNICAL SPECIFICATIONS:Provide telephone and Internet services to the Fairbanks CDA Station at 1300 Eisele Road Fairbanks, AK 99712.• Telephone service must be full PRI with 100 block DID.• Telephone service must be with block DID (451-1200).• Internet must be provided at a minimum of 20Mb / 10Mb.• Mission critical response for outages within 4 hoursSPECIAL REQUIREMENTS:Coordination with GSA for ACS disconnect.The requested Period of PerformanceSeptember 1, 2019 - August 31, 2020September 1, 2020 - August 31, 2021September 1, 2021 - August 31, 2022Security Requirements, if anyProducts and services for exchange, refurbishing, or recycling of hardware must comply with NOAA IT Security Manual (ITSM) media sanitization requirements (MP-6) and NIST SP 800-88 Revision 1. Pre-configured hardware must comply with FAR 39.101(c) regulations for adherence to the NIST SP 800-70 Rev. 3 common security configuration checklist program (https://nvd.nist.gov/ncp/repository). New hardware must comply with FAR 4.1302 and FIPS PUB 201 [in accordance with Homeland Security Presidential Directive (HSPD-12)]. In addition, new hardware shall be capable of implementing Internet Protocol Version 6 (IPv6) requirements as required by FAR part 11.002 requirements which state that unless the agency Chief Information Officer waives the requirement, when acquiring information technology using Internet Protocol, the requirements documents must include reference to the appropriate technical capabilities defined in the USGv6 Profile (NIST Special Publication (SP) 500-267; replaced by NIST SP 800-119 in Dec 2010) and the corresponding declarations of conformance defined in the USGv6 Test Program. To meet this requirement, each DOC acquisition of IP protocol technology must express requirements for IPv6 capabilities in terms of the USGv6 Profile (i.e., using the USGV6 Capabilities Check List) and vendors must be required to document their product's support of the requested capabilities through the USGv6 test program (https://www-x.antd.nist.gov/usgv6/) using the USGv6 Suppliers Declaration of Conformity.Commerce Acquisition Regulation (CAR) clauses:CAR 1352.201-70 Contracting Officer's Authority (APR 2010)CAR 1352.209-73 Compliance with the Laws (APR 2010)CAR 1352.209-74 Organizational Conflict of Interest (APR 2010)CAR 1352.239-70 Software License AddendumCAR 1352.233-70 Agency Protests (APR 2010) {Fill-in paragraph "b": Department of Commerce, NOAA, NESDIS, Field Delegate 1335 East West Highway, room 8472, silver Spring, MD 20910; fill-in paragraph "c": U.S Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230}The following FAR clause is provided in full text:FAR clause 52.212-2, EVALUATION--COMMERCIAL ITEMS (OCT 2014)(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) The offerors capability to successfully perform the contractTECHNICAL EVALUATION CRITERIATechnical Capabilities and Experience2) Price.(b) "Options." The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of Provision)The following FAR Provisions and Clauses are incorporated by reference:52.212-1, Instructions to Offerors (OCT 2015)52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2016)52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2015)52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (MAR 2018) applies to this(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).(3) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).(4) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).In addition the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition:52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (NOV 2015)52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)52.219-6, Notice of Total Small Business Set Aside, (NOV 2011)52.219-28, Post Award Small Business Program Representation (JUL 2013)52.222-3, Convict Labor, (JUN 2003)52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2016)52.222-21, Prohibition of Segregated Facilities, (APR 2015)52.222-26, Equal Opportunity, (APR 2015)52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014)52.222-50, Combating Trafficking in Persons (MAR 2015)52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)52.225-1, Buy American Act -- Supplies, (MAY 2014)52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act (MAY 2014)52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008)52.232-33, Payment by Electronic Funds Transfer - System for Award Management, (JUL 2013)52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)52.239-1, Privacy or Security Safeguards (AUG 1996)52.232-39, Unenforceability of Unauthorized obligations (JUN 2013)52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017)52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered in the System for Award Management (SAM) to be considered for an award of a Federal contract. For information regarding registration in SAM, contact the SAM website at www.sam.gov. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number.All questions pertaining to this RFQ must be submitted in writing to Joel.L.Perlroth@noaa.gov. (E-mail only) by 1:00 P.M. EST on August 22, 2019. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 1:00 P.M. EST on August 26, 2019; any award resulting from this RFQ will be made based on meeting technical specifications, delivery date, and price. Quotes must be submitted electronically via e-mail to Joel.L.Perlroth@noaa.gov. The anticipated award date is on or about August 28, 2019.Added:Aug 20, 2019 8:43 am Amendment 0001 is being issued to provide responses to offeror's questions1. Telephone service must be full PRI with 100 block DID - As you are aware that PRI would be more expensive than SIP. Would SIP be sufficient?Response: The current system, NESDIS requires PRI. NESDIS is not equipped to support SIP at this time.2. How many DIDs are to be served at this location?Response: NESDIS requires 100 lines able to place and receive phone calls off campus (our 907-451-1200 block) and 100 lines capable of out bound calling and on-campus calling (our 907-451-1300 block).3. Who is the current provider?Response: Alaska Communication Systems (ACS) Internet speed -4. Are you open to fiber install?Response: NESDIS requires fiber, no copper.5. I don't see RFQ template. Could I have that so we fill it in and send it ASAP?Response: The response shall provide your technical/experience and pricing. There is no specific template.

1315 East West Highway Silver Spring, Maryland 20910 United StatesLocation

Place Of Performance : 1315 East West Highway Silver Spring, Maryland 20910 United States

Country : United States

You may also like

TELEPHONE/INTERNET SERVICE

Due: 31 Dec, 2024 (in 8 months)Agency: STATE, DEPARTMENT OF

CLEO STREEM UPGRADE, MAINTENANCE AND SUPPORT SERVICES

Due: 30 Nov, 2027 (in about 3 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

CISCO PHONE SYSTEM HARDWARE AND SOFTWARE SUPPORT SERVICES.

Due: 30 Sep, 2024 (in 5 months)Agency: AGENCY FOR INTERNATIONAL DEVELOPMENT

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

517 -- Telecommunications/517312 -- Wireless Telecommunications Carriers (except Satellite)
naicsCode 517312
pscCode DIT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS