The RFP Database
New business relationships start here

Private Base Exchange


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

This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation WILL NOT be issued. The solicitation W901UZ-17-R-0002 is issued as a Request for Proposal. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, dated 19 January 2017. The services fall under NAICS code 517919. The solicitation is advertised as unrestricted. The service includes a base requirement and four options for a total of five years. The North Dakota National Guard is requesting proposals for renewal of the Private Base Exchange (PBX) services. This is not a request for maintenance only. Service will be to seven locations in four cities in North Dakota. The four cities are Bismarck, Fargo, Grand Forks and Valley City. In Bismarck there are three separate sites. In Fargo, Valley City and Grand Forks the National Guard has one Private Base Exchange (PBX) in each city. The National Guard has three (PBX) telephone switches in Bismarck and will require connectivity between switches. The National Guard requires telecommunication services connectivity to the Local Exchange Company (LEC) in each city. The services requested include Primary rate Interface (PRI) T-1's to the Central Office, Point to Point T-1's between switches. The NDNG will need 3000 Direct Inward Dial (DID) numbers in Bismarck, 460 (DID) numbers in Fargo, 300 DID numbers in Grand Forks, 80 DID numbers in Valley City dedicated and in sequential numbering with the following prefixes (333) Bismarck locations, (451) Fargo locations, (792) Grand Forks locations and (845) Valley City, along with analog Plain Old Telephone Service (POTS) lines with ground start or loop start, and the ability to expand services in the future. The National Guard will not provide facilities, cabling or furnish any equipment to the vendor other than what is needed to install T-1 data lines to the existing National Guard PBX switches. The contractor will provide the Government with a list clearly identifying all T-1's, T-1 Channels, DID's and POT's at each site by circuit ID or DID number. Maintenance Response Time: The contractor will have personnel on duty 24 hours a day, 7 days a week to immediately repair any problem with the central office switch equipment. The contractor upon notification by the Government, will repair within one business day any problem with a T-1 line, trunk feature or POTS line. The contractor (at Government expense) will make any changes, additions or deletions to telecommunication services requested by the Government. The contractor shall perform restorative service within the established timeframes 98% of the time each month. An acceptable quality level of 2% failure to perform restorative service is within the established timeframes each month. The contractor must have the ability to provide technology refresh services for trunking using Session Initiation Protocol (SIP) between all four cities which includes; Bismarck, Valley City, Grand Forks and Fargo. Along with SIP trunking to these locations, the contractor would need the ability to expand SIP services to Minot and Devils Lake locations. As a minimum, a requirement of 100 SIP sessions would be requested total. The North Dakota Army National Guard will be upgrading to Cisco Unified Communication Manager (UCM) 11.5 and the contractor must supply SIP sessions compatible to this system. The Contractor will need the ability to port all DID numbers to two locations to include Fargo and Bismarck. Monthly Inspection - COR will review and approve monthly services and provide a quality assurance assessment form to the Contract Officer. The contractor will provide a Primary Interexchange Carrier (PIC) all T-1's, T-1 channels, ISDN services and POTS lines to a Long Distance carrier selected by the Government at no cost to the Government and provide a PIN code to allow access. The contractor will block all third party billing, block all 900 numbers, and to the extent possible block access to all carriers except the "PIC" designated by the Government at all sites. The contract start date is projected to be 1 May 2017. The actual start date will be set by the Government. All telecommunications services listed in this contract must be in place on or before the start date. Contractor Manpower Reporting - THE CONTRACTOR SHALL REPORT ALL CONTRACTOR LABOR HOURS (INCLUDING SUBCONTRACTOR LABOR HOURS) REQUIRED FOR PERFORMANCE OF SERVICES PROVIDED UNDER THIS CONTRACT FOR THE NORTH DAKOTA ARMY NATIONAL GUARD VIA A SECURE DATA COLLECTION SITE. THE CONTRACTOR IS REQUIRED TO COMPLETELY FILL IN ALL REQUIRED DATA FIELDS USING THE FOLLOWING WEB ADDRESS: http://www.ecmra.mil/

REPORTING INPUTS WILL BE FOR THE LABOR EXECUTED DURING THE PERIOD OF PERFORMANCE DURING EACH GOVERNMENT FISCAL YEAR (FY), WHICH RUNS OCTOBER 1 THROUGH SEPTEMBER 30. WHILE INPUTS MAY BE REPORTED ANY TIME DURING THE FY, ALL DATA SHALL BE REPORTED NO LATER THAN OCTOBER 31 OF EACH CALENDAR YEAR. CONTRACTORS MAY DIRECT QUESTIONS TO THE HELP DESK AT http://www.ecmra.mil/ The contractor shall provide a contract manager who shall be responsible for billing, service changes, adds, moves, deletions, request for onsite personnel and problem resolution.
The contractor shall provide customer support and technical assistance via email, phone, FAX or onsite visit during normal business hours Monday through Friday 8 a.m. to 5 p.m. After Hours and Emergencies: The contractor shall provide upon the request of the Government (at Government expense) customer support and technical assistance after hours in cases of equipment failure, local and national emergencies. The contractor, at the contractor's expense, will install all equipment necessary to provide telecommunications services in all locations listed in this contract. All equipment furnished to the Government will be new equipment. The contractor is responsible for all maintenance on any equipment the contractor installs. The contractor shall pay for all costs related to transportation or relocation of contractor equipment. The contractor will provide training, if necessary, to the Government on any equipment it installs. The contractor will provide all supplies for equipment it installs. Electronic invoicing will be utilized using Wide Area Workflow at https://wawf.eb.mil/ Locations of the services are BISMARCK, Fraine Barracks, BLDG 50, 50 Fraine Barracks Lane, Bismarck, ND 58506 Raymond J. Bohn Memorial Armory, 4200 E. Divide, Bismarck, ND 58506, Army Aviation Support Facility, 3406 Airway Ave, Bismarck, ND 58554, FARGO Fargo Armed Forces Reserve Center, 3920 31ST NW, Fargo, ND 58102, GRAND FORKS Grand Forks Army National Guard Armory, 1501 S. 48th Street, Grand Forks, ND 58208, VALLEY CITY Valley City Army National Guard Armory, 747 7th Street SE, Valley city, ND 58702. The Government shall provide, at no expense, reasonable use of electricity for network interface devices. The Government will not provide any equipment to the contractor. The contractor assumes all maintenance on all equipment that is installed by the contractor. The contractor assumes all maintenance on any telecommunications cables the contractor installs. The contractor will furnish all supplies for any equipment installed by the contractor. Site Specific Telecommunications Services: BISMARCK The contractor will provide a continuous block of 3,000 DID numbers. The contractor will provide at the Fraine Barracks location 3 each Primary Rate Interface(PRI) T-1's with B8ZS to the central office. The T-1's will be installed at an extended DEMARC in the Building 50 HUB Room. The contractor will provide 69 trunks within the PRI T-1's to the central office or Public Switched Network (PSTN) with the ability to transfer ISDN calls to a PIC. The contractor will provide 16 each analog Plain Old Telephone Service (POTS) lines with ground start or loop start. The contractor will provide a CAMA circuit to the local 911 center. The contractor will provide at the Raymond J. Bohn Memorial Armory (RJBMA) 4 each analog POTS lines with ground or loop start. The contractor will provide 1 each Point to Point T-1's with B8ZS between RJBMA and Fraine Barracks. The contractor will provide 1 each Point to Point T-1 with B8ZS between RJBMA and the Army Aviation Support Facility. The contractor will provide at the Army Aviation Support Facility (AASF) 4 each analog POTS lines with ground or loop start. The contractor will provide 1 each point to point with B8ZS from the AASF to Fraine Barracks. FARGO The contractor will provide from the Central Office 1 each PRI T-1 (B8ZS) with 23 trunks to the PSTN, with the ability to transfer ISDN calls to a PIC. The contractor will provide 460 DID numbers. The contractor will provide 4 each analog POTS lines with ground or loop start. GRAND FORKS The contractor will provide from the Central Office 1 each PRI T-1 (B8ZS) with 23 trunks to the PSTN, with the ability to transfer ISDN calls to a PIC. The contractor will provide 300 DID numbers. The contractor will provide 4 each analog POTS lines with ground or loop start. VALLEY CITY . The contractor will provide from the Central Office, if available, 1 each PRI T-1 (B8ZS) with 23 trunks to the PSTN, with the ability to transfer ISDN calls to a PIC. The contractor will provide 80 DID numbers. The contractor will provide 4 each analog POTS lines with ground or loop start. Proposals are due NLT 12:00AM CST on 10 April 2017. The contract start date is on or about 1 May 2017. Interested contractors will forward the complete Performance Work Statement and any other information necessary for submission of the solicitation. Each contractor must provide a Federal Tax Identification Number and be registered in the System for Award Management at https://www.sam.gov/. Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. Provision 52.2112-2 Evaluation - Commercial Items applies to this solicitation. The evaluation factors to be used are price and technical capability. Technical capabilities are equal to price. Award will be made to the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995),52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015), 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013), 52.222-3, Convict Labor (June 2003), Prohibition of Segregated Facilities (Apr 2015), 52.222-26, Equal Opportunity (Sept 2016), 52.222-35, Equal Opportunity for Veterans (Oct 2015), 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014), 52.222-37, Employment Reports on Veterans (Feb 2016), 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), 52.222-50, Combating Trafficking n Persons (Mar 2015), 52.222-54, Employment Eligibility Verification (Oct 2015), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013), 52.239-1, Privacy or Security Safeguards (Aug 1996). Also included by reference in the solicitation 52.203-3, Gratuities, 52.204-1, Approval of Contract, 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper, 52.204-9, Personal Identify Verification of Contractor Personnel, 52.204-16, Commercial and Government Entity Code Reporting, 52.204-18, Commercial and Government Entity Code Maintenance, 52.209-7, Information Regarding Responsibility Matters, 52.217-8, Option to Extend Services, 52.217-9, Option to Extend the Term of the Contract, 52.222-17, Non displacement of Qualified Workers, 52.222-50, Combating Trafficking in Persons, 52.222-56, Certification Regarding Trafficking in Persons Compliance Plan, 52.227-1, Authorization and Consent, 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement, 52.232-6, Payment Under Communication Service Contracts with Common Carriers, 52.232-18, Availability of Funds, 52.232-19, Availability of Funds for the Next Fiscal Year, 52.232-40, Providing Accelerated Payments to Small Business Subcontractors, 52.233-2, Service of Protest, 52.241-7, Changes in Rates or Terms and Conditions of Service for Regulated Services, 52.242-13, Bankruptcy, 52.243-1 Alt 1, Changes-Fixed Price, 52.246-4, Inspection of Services- Fixed Price, 52.246-25, Limitation of Liability - Services, 52.249-4, Termination for Convenience of the Government - Services, 52.249-8, Default (Fixed Price Supply and Services), 52.252-1, Solicitation Provisions Incorporated by Reference, 52.252-2, Clauses Incorporated by Reference, 52.252-5, Authorized Deviations in Provisions, 52.252-6, Authorized Deviations in Clauses, 52.253-1, Computer Generated Forms, 252.201-7000, Contracting Officer's Representative, 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, 252.203-7003, Agency Office of the Inspector General, 252.203-7005, Representation Relating to Compensation of Former DoD Officials, 252.203-7996(DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation, 252.203-7999(DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements, 252.204-7003, Control of Government Personnel Work Product, 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls, 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism, 252.211-7003, Item Unique Identification and Valuation, 252.215-7007, Notice of Intent to Resolicit, 252.215-7008, Only One Offer, 252.222-7007, Representation Regarding Combating Trafficking in Persons, 252.225-7001, Buy American and Balance of Payments Program - Basic, 252.225-7031, Secondary Arab Boycott of Israel, 252.225-7048, Export Controlled Items, 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.232-7004, DOD Progress Payment Rates, 252.232-7006, Wide Area Workflow Payment Instructions, 252.232-7010, Levies on Contract Payments, 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel, 252.239-7002, Access, 252.239-7004, Orders for Facilities and Services, 252.239-7005, Rates, Charges and Services, 252.239-7006, Tariff Information, 252.239-7007, Cancellation or Termination of Orders, 252.239-7008 Reuse Arrangements, 252.239-7013, Obligation of the Government, 252.239-7014, Term of Agreement, 252.243-7001, Pricing of Contract Modifications, 252.243-7002, Requests for Equitable Adjustment, 252.244-7000, Subcontracts for Commercial Items. Evaluation of options shall not obligate the Government to exercise the option(s). The Government reserves the right to negotiate prices once the new Session Initiation Protocol (SIP) technology is implemented. The CLINS for the proposed contract are as follows: CLIN 0001 Base Requirement, POP 1 May 2017 - 30 September 2017 (5 mos), CLIN 0002 First Year Option, POP 1 October 2017 - 30 September 2018, CLIN 0003 Second Year Option, POP 1 October 2018 - 30 September 2019, CLIN 0004 Third Year Option, POP 1 October 2019 - 30 September 2020, CLIN 0005 Fourth Year Option, POP 1 October 2020 - 30 September 2021, CLIN 0006 ( 7 mos) is for the final seven months of the contract which will be POP 1 October 2021 - 30 April 2022. CLIN 0007 is for the Contractor Manpower Reporting and the contractor must state if there will be a charge for this service. PROPOSALS ARE DUE BY 12AM CST, 10 APRIL, 2017. Contractors interested in this solicitation shall notify the contracting office by email to Kathy Robinson, Contract Specialist at kathy.r.robinson6.civ@mail.mil. Phone 701-333-2223. Point of contact for technical questions is Todd Wetsch at 701-333-2108 or todd.j.wetsch.mil@mail.mil .
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation WILL NOT be issued. The solicitation W901UZ-17-R-0002 is issued as a Request for Proposal. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, dated 19 January 2017. The services fall under NAICS code 517919. The solicitation is advertised as unrestricted. The service includes a base requirement and four options for a total of five years. The North Dakota National Guard is requesting proposals for renewal of the Private Base Exchange (PBX) services. This is not a request for maintenance only. Service will be to seven locations in four cities in North Dakota. The four cities are Bismarck, Fargo, Grand Forks and Valley City. In Bismarck there are three separate sites. In Fargo, Valley City and Grand Forks the National Guard has one Private Base Exchange (PBX) in each city. The National Guard has three (PBX) telephone switches in Bismarck and will require connectivity between switches. The National Guard requires telecommunication services connectivity to the Local Exchange Company (LEC) in each city. The services requested include Primary rate Interface (PRI) T-1's to the Central Office, Point to Point T-1's between switches. The NDNG will need 3000 Direct Inward Dial (DID) numbers in Bismarck, 460 (DID) numbers in Fargo, 300 DID numbers in Grand Forks, 80 DID numbers in Valley City dedicated and in sequential numbering with the following prefixes (333) Bismarck locations, (451) Fargo locations, (792) Grand Forks locations and (845) Valley City, along with analog Plain Old Telephone Service (POTS) lines with ground start or loop start, and the ability to expand services in the future. The National Guard will not provide facilities, cabling or furnish any equipment to the vendor other than what is needed to install T-1 data lines to the existing National Guard PBX switches. The contractor will provide the Government with a list clearly identifying all T-1's, T-1 Channels, DID's and POT's at each site by circuit ID or DID number. Maintenance Response Time: The contractor will have personnel on duty 24 hours a day, 7 days a week to immediately repair any problem with the central office switch equipment. The contractor upon notification by the Government, will repair within one business day any problem with a T-1 line, trunk feature or POTS line. The contractor (at Government expense) will make any changes, additions or deletions to telecommunication services requested by the Government. The contractor shall perform restorative service within the established timeframes 98% of the time each month. An acceptable quality level of 2% failure to perform restorative service is within the established timeframes each month. The contractor must have the ability to provide technology refresh services for trunking using Session Initiation Protocol (SIP) between all four cities which includes; Bismarck, Valley City, Grand Forks and Fargo. Along with SIP trunking to these locations, the contractor would need the ability to expand SIP services to Minot and Devils Lake locations. As a minimum, a requirement of 100 SIP sessions would be requested total. The North Dakota Army National Guard will be upgrading to Cisco Unified Communication Manager (UCM) 11.5 and the contractor must supply SIP sessions compatible to this system. The Contractor will need the ability to port all DID numbers to two locations to include Fargo and Bismarck. Monthly Inspection - COR will review and approve monthly services and provide a quality assurance assessment form to the Contract Officer. The contractor will provide a Primary Interexchange Carrier (PIC) all T-1's, T-1 channels, ISDN services and POTS lines to a Long Distance carrier selected by the Government at no cost to the Government and provide a PIN code to allow access. The contractor will block all third party billing, block all 900 numbers, and to the extent possible block access to all carriers except the "PIC" designated by the Government at all sites. The contract start date is projected to be 1 May 2017. The actual start date will be set by the Government. All telecommunications services listed in this contract must be in place on or before the start date. Contractor Manpower Reporting - THE CONTRACTOR SHALL REPORT ALL CONTRACTOR LABOR HOURS (INCLUDING SUBCONTRACTOR LABOR HOURS) REQUIRED FOR PERFORMANCE OF SERVICES PROVIDED UNDER THIS CONTRACT FOR THE NORTH DAKOTA ARMY NATIONAL GUARD VIA A SECURE DATA COLLECTION SITE. THE CONTRACTOR IS REQUIRED TO COMPLETELY FILL IN ALL REQUIRED DATA FIELDS USING THE FOLLOWING WEB ADDRESS: http://www.ecmra.mil/


REPORTING INPUTS WILL BE FOR THE LABOR EXECUTED DURING THE PERIOD OF PERFORMANCE DURING EACH GOVERNMENT FISCAL YEAR (FY), WHICH RUNS OCTOBER 1 THROUGH SEPTEMBER 30. WHILE INPUTS MAY BE REPORTED ANY TIME DURING THE FY, ALL DATA SHALL BE REPORTED NO LATER THAN OCTOBER 31 OF EACH CALENDAR YEAR. CONTRACTORS MAY DIRECT QUESTIONS TO THE HELP DESK AT http://www.ecmra.mil/ The contractor shall provide a contract manager who shall be responsible for billing, service changes, adds, moves, deletions, request for onsite personnel and problem resolution.
The contractor shall provide customer support and technical assistance via email, phone, FAX or onsite visit during normal business hours Monday through Friday 8 a.m. to 5 p.m. After Hours and Emergencies: The contractor shall provide upon the request of the Government (at Government expense) customer support and technical assistance after hours in cases of equipment failure, local and national emergencies. The contractor, at the contractor's expense, will install all equipment necessary to provide telecommunications services in all locations listed in this contract. All equipment furnished to the Government will be new equipment. The contractor is responsible for all maintenance on any equipment the contractor installs. The contractor shall pay for all costs related to transportation or relocation of contractor equipment. The contractor will provide training, if necessary, to the Government on any equipment it installs. The contractor will provide all supplies for equipment it installs. Electronic invoicing will be utilized using Wide Area Workflow at https://wawf.eb.mil/ Locations of the services are BISMARCK, Fraine Barracks, BLDG 50, 50 Fraine Barracks Lane, Bismarck, ND 58506 Raymond J. Bohn Memorial Armory, 4200 E. Divide, Bismarck, ND 58506, Army Aviation Support Facility, 3406 Airway Ave, Bismarck, ND 58554, FARGO Fargo Armed Forces Reserve Center, 3920 31ST NW, Fargo, ND 58102, GRAND FORKS Grand Forks Army National Guard Armory, 1501 S. 48th Street, Grand Forks, ND 58208, VALLEY CITY Valley City Army National Guard Armory, 747 7th Street SE, Valley city, ND 58702. The Government shall provide, at no expense, reasonable use of electricity for network interface devices. The Government will not provide any equipment to the contractor. The contractor assumes all maintenance on all equipment that is installed by the contractor. The contractor assumes all maintenance on any telecommunications cables the contractor installs. The contractor will furnish all supplies for any equipment installed by the contractor. Site Specific Telecommunications Services: BISMARCK The contractor will provide a continuous block of 3,000 DID numbers. The contractor will provide at the Fraine Barracks location 3 each Primary Rate Interface(PRI) T-1's with B8ZS to the central office. The T-1's will be installed at an extended DEMARC in the Building 50 HUB Room. The contractor will provide 69 trunks within the PRI T-1's to the central office or Public Switched Network (PSTN) with the ability to transfer ISDN calls to a PIC. The contractor will provide 16 each analog Plain Old Telephone Service (POTS) lines with ground start or loop start. The contractor will provide a CAMA circuit to the local 911 center. The contractor will provide at the Raymond J. Bohn Memorial Armory (RJBMA) 4 each analog POTS lines with ground or loop start. The contractor will provide 1 each Point to Point T-1's with B8ZS between RJBMA and Fraine Barracks. The contractor will provide 1 each Point to Point T-1 with B8ZS between RJBMA and the Army Aviation Support Facility. The contractor will provide at the Army Aviation Support Facility (AASF) 4 each analog POTS lines with ground or loop start. The contractor will provide 1 each point to point with B8ZS from the AASF to Fraine Barracks. FARGO The contractor will provide from the Central Office 1 each PRI T-1 (B8ZS) with 23 trunks to the PSTN, with the ability to transfer ISDN calls to a PIC. The contractor will provide 460 DID numbers. The contractor will provide 4 each analog POTS lines with ground or loop start. GRAND FORKS The contractor will provide from the Central Office 1 each PRI T-1 (B8ZS) with 23 trunks to the PSTN, with the ability to transfer ISDN calls to a PIC. The contractor will provide 300 DID numbers. The contractor will provide 4 each analog POTS lines with ground or loop start. VALLEY CITY . The contractor will provide from the Central Office, if available, 1 each PRI T-1 (B8ZS) with 23 trunks to the PSTN, with the ability to transfer ISDN calls to a PIC. The contractor will provide 80 DID numbers. The contractor will provide 4 each analog POTS lines with ground or loop start. Proposals are due NLT 12:00AM CST on 10 April 2017. The contract start date is on or about 1 May 2017. Interested contractors will forward the complete Performance Work Statement and any other information necessary for submission of the solicitation. Each contractor must provide a Federal Tax Identification Number and be registered in the System for Award Management at https://www.sam.gov/. Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. Provision 52.2112-2 Evaluation - Commercial Items applies to this solicitation. The evaluation factors to be used are price and technical capability. Technical capabilities are equal to price. Award will be made to the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995),52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015), 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013), 52.222-3, Convict Labor (June 2003), Prohibition of Segregated Facilities (Apr 2015), 52.222-26, Equal Opportunity (Sept 2016), 52.222-35, Equal Opportunity for Veterans (Oct 2015), 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014), 52.222-37, Employment Reports on Veterans (Feb 2016), 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), 52.222-50, Combating Trafficking n Persons (Mar 2015), 52.222-54, Employment Eligibility Verification (Oct 2015), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013), 52.239-1, Privacy or Security Safeguards (Aug 1996). Also included by reference in the solicitation 52.203-3, Gratuities, 52.204-1, Approval of Contract, 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper, 52.204-9, Personal Identify Verification of Contractor Personnel, 52.204-16, Commercial and Government Entity Code Reporting, 52.204-18, Commercial and Government Entity Code Maintenance, 52.209-7, Information Regarding Responsibility Matters, 52.217-8, Option to Extend Services, 52.217-9, Option to Extend the Term of the Contract, 52.222-17, Non displacement of Qualified Workers, 52.222-50, Combating Trafficking in Persons, 52.222-56, Certification Regarding Trafficking in Persons Compliance Plan, 52.227-1, Authorization and Consent, 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement, 52.232-6, Payment Under Communication Service Contracts with Common Carriers, 52.232-18, Availability of Funds, 52.232-19, Availability of Funds for the Next Fiscal Year, 52.232-40, Providing Accelerated Payments to Small Business Subcontractors, 52.233-2, Service of Protest, 52.241-7, Changes in Rates or Terms and Conditions of Service for Regulated Services, 52.242-13, Bankruptcy, 52.243-1 Alt 1, Changes-Fixed Price, 52.246-4, Inspection of Services- Fixed Price, 52.246-25, Limitation of Liability - Services, 52.249-4, Termination for Convenience of the Government - Services, 52.249-8, Default (Fixed Price Supply and Services), 52.252-1, Solicitation Provisions Incorporated by Reference, 52.252-2, Clauses Incorporated by Reference, 52.252-5, Authorized Deviations in Provisions, 52.252-6, Authorized Deviations in Clauses, 52.253-1, Computer Generated Forms, 252.201-7000, Contracting Officer's Representative, 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, 252.203-7003, Agency Office of the Inspector General, 252.203-7005, Representation Relating to Compensation of Former DoD Officials, 252.203-7996(DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation, 252.203-7999(DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements, 252.204-7003, Control of Government Personnel Work Product, 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls, 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism, 252.211-7003, Item Unique Identification and Valuation, 252.215-7007, Notice of Intent to Resolicit, 252.215-7008, Only One Offer, 252.222-7007, Representation Regarding Combating Trafficking in Persons, 252.225-7001, Buy American and Balance of Payments Program - Basic, 252.225-7031, Secondary Arab Boycott of Israel, 252.225-7048, Export Controlled Items, 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.232-7004, DOD Progress Payment Rates, 252.232-7006, Wide Area Workflow Payment Instructions, 252.232-7010, Levies on Contract Payments, 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel, 252.239-7002, Access, 252.239-7004, Orders for Facilities and Services, 252.239-7005, Rates, Charges and Services, 252.239-7006, Tariff Information, 252.239-7007, Cancellation or Termination of Orders, 252.239-7008 Reuse Arrangements, 252.239-7013, Obligation of the Government, 252.239-7014, Term of Agreement, 252.243-7001, Pricing of Contract Modifications, 252.243-7002, Requests for Equitable Adjustment, 252.244-7000, Subcontracts for Commercial Items. Evaluation of options shall not obligate the Government to exercise the option(s). The Government reserves the right to negotiate prices once the new Session Initiation Protocol (SIP) technology is implemented. The CLINS for the proposed contract are as follows: CLIN 0001 Base Requirement, POP 1 May 2017 - 30 September 2017 (5 mos), CLIN 0002 First Year Option, POP 1 October 2017 - 30 September 2018, CLIN 0003 Second Year Option, POP 1 October 2018 - 30 September 2019, CLIN 0004 Third Year Option, POP 1 October 2019 - 30 September 2020, CLIN 0005 Fourth Year Option, POP 1 October 2020 - 30 September 2021, CLIN 0006 ( 7 mos) is for the final seven months of the contract which will be POP 1 October 2021 - 30 April 2022. CLIN 0007 is for the Contractor Manpower Reporting and the contractor must state if there will be a charge for this service. PROPOSALS ARE DUE BY 12AM CST, 10 APRIL, 2017. Contractors interested in this solicitation shall notify the contracting office by email to Kathy Robinson, Contract Specialist at kathy.r.robinson6.civ@mail.mil. Phone 701-333-2223. Point of contact for technical questions is Todd Wetsch at 701-333-2108 or todd.j.wetsch.mil@mail.mil .


Kathy R. Robinson, Contract Specialist, Phone 7013332223, Email kathy.r.robinson6.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP