The RFP Database
New business relationships start here

Industry Lane Fiber Optic Installation/Lease/Maintenance


Maryland, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a Notice of Intent (NOI). The National Institute of Allergy and Infectious Diseases intends to negotiate on a sole source basis under the authority of 41 United States Code (U.S.C.) 1901(e)(2) as implemented by FAR 13.106-1(b). The proposed source is Zayo Group, LLC, 400 Centennial Parkway, Suite 200, Louisville, CO 80027-1210. The purchase is for installation, 5-month lease, and maintenance of 1 pair of dark fiber in order to provide a redundant network connection for the NIAID users at Industry Lane in Frederick, MD as detailed in the attached Statement of Work. Zayo Group, LLC is uniquely positioned to provide this infrastructure service due to the availability of their existing fiber network within the local area which accelerates the delivery timeline by eliminating construction. Utilizing any other telecommunications service provider to provide the maintenance service of the existing fiber routes is not possible as part of the physical fiber is owned by Zayo and no one but Zayo can access the fiber infrastructure. Utilizing fiber cable infrastructure owned by other telecommunications service providers is not cost effective as this would require NIAID procuring and installing new fiber routes to connect NIAID locations to the closest fiber infrastructure of any new provider.
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 is not a request for competitive quotations; however, all quotations/responses will be considered by the government. A determination by the government not to compete this proposed contract, based upon responses received 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 may identify their interest and capability to respond to the requirement or submit offers on NOI-RML-5-15006.
The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-77 effective October 14, 2014. The North American Industry Classification System (NAICS) code for this procurement is 517110 with a small business size standard of 1,500 employees. This requirement is not set-aside for small business.

Award will be based on the capability of the service offered to meet the SOW requirements, price, past performance, delivery, warranty, and the best value to the government.


The following FAR provisions and clauses will be incorporated by reference:


52.212-1 Instructions to Offerors - Commercial Items (April 2014)


52.212-4 Contract Terms and Conditions - Commercial Items (May 2014)


52.233-3 Protest after Award (August 1996)


The following HHSAR clauses will be incorporated by reference:


352.222-70 Contractor cooperation in equal employment opportunity investigations (January 2010)


The following FAR provisions and clauses are incorporated in full text and provided in the attached Appendix A - FAR Provisions & Clauses Full Text.


52.212-3 Offerors Representations and Certifications - Commercial Items (October 2014)
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


52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (October 2014)


52.233-2 Service of Protest (September 2006)


Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html and http://www.hhs.gov/regulations/hhsar/ or, upon request, either by telephone or fax.


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).


This is an open-market combined Notice of Intent for dark fiber lease as defined herein. The government intends to award a firm, fixed price purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein.
Submission shall be received not later than November 3, 2014 3:00 pm Eastern Standard Time.


Offers may be mailed, e-mailed or faxed to Tamara McDermott; (Fax/406-363-9288), (E-Mail/tamara.mcdermott@nih.gov). 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 Tamara McDermott tamara.mcdermott@nih.gov


Tamara K. McDermott, Contract Specialist, Phone 4063757487, Fax 4063639288, Email tamara.mcdermott@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP