Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-11-03 11:52:00
United States SAM

CENTREX Philly Follow On

Process Number 17DZ049

USA

Dates:


Notice ID:

17DZ049

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

NAVSUP FLT LOG CTR NORFOLK

Office:

NAVSUP FLT LOG CTR NORFOLK

General Information:


All Dates/Times are:

(UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA

Updated Published Date:

Nov 03, 2021 11:54 am EDT

Original Published Date:

2021-11-03 11:52:00

Updated Response Date:

Nov 18, 2021 12:00 pm EST

Original Response Date:

Nov 18, 2021 12:00 pm EST

Inactive Policy:

15 days after response date

Updated Inactive Date:

Dec 03, 2021

Original Inactive Date:

Dec 03, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

DG11 - IT AND TELECOM IT AND TELECOM

NAICS Code:

517311 - Wired Telecommunications Carriers

Description:


Original Set Aside:

REQUEST FOR INFORMATION. This is a Request for Information (RFI) issued by Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk on behalf of Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT). NCTAMS LANT has a requirement for integrated, switched voice and data telecommunications services. The requirement is to obtain service for up to approximately 3,500 analog and ISDN telephone lines at NSA Philadelphia, 5,000 lines at NBC Philadelphia, and 5,500 lines at NSA Mechanicsburg. The required services include analog and digital circuit service, local area calling, Integrated Services Digital Network (ISDN)/ Basic Rate Interface (BRI) service/Primary Rate Interface (PRI) service, DID/DOD service, telephone management support system, and maintenance and service responsibilities as defined in the current Interstate Commerce Commission (ICC) regulations. These services also provide access to Defense Switched Network (DSN) interoperability. A single Firm, Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract is anticipated that will consist of a one-year base period, four (4), one-year option periods and a six (6) month option in accordance with FAR 52.217-8 if required. The North American Industrial Classification System (NAICS) code for this acquisition is 517311 – Wired Telecommunications Carrier. Firms possessing the requisite skills, resources, and capabilities necessary to perform the stated requirement are invited to respond to this source sought notice via the submission of an executive summary. Submissions are not to exceed five (5) typewritten pages in no less than 12 font sizes. The Government is requesting feedback from industry, all comments/ideas will be considered, although any questions/comments/ideas will not be responded to directly. The goal of such feedback is to consider suggestions that might: Enhance competition Improve the clarity of the requirement Enhance the PWS to reflect emerging technologies and/or innovations in the marketplace Bring forth ideas to bring contractual procedures into line with current or new industry practices Leverage industry expertise Any other ideas that could result in an improved product Responses may cover any topic considered important and are not restricted to the suggested topics herein. The submission should include the following information and reference CENTREX Philly Follow On: 1. Company name, address, and point of contact with corresponding phone number and e-mail address 2. DUNS number, Cage Code, business size, and classification 3. Capability statement displaying the contractor’s ability to provide the services to include past performance information. Please include only relevant past performance on the same/similar work within the last five (5) years if past performance information is provided. This relevant past performance information should identify the applicable contract number; total contract dollar amount; capacity performed (Prime or Sub); contract period of performance; description of the relevant services provided AND the relevancy of the services to the proposed requirement; and a customer point of contact with corresponding telephone number and e-mail address (up to two references). Standard brochures or paraphrasing of this notice will not be considered sufficient to demonstrate the capabilities of an interested party. The government will consider and analyze all information received; formal responses will not be furnished; however, the information may be utilized in the development of a final PWS and/or RFP. Responses should be submitted to Rachel Karkane at rachel.e.karkane.civ@us.navy.mil and Dorothy Curling at dorothy.l.curling.civ@us.navy.mil. Attachments: Draft PWS Draft ELIN Matrix Sources Sought Notice

Attachments / Links:


Document Size Updated date Download

Contact Information:


ATTENTION CODE 301 1968 GILBERT STREET SUITE 600

NORFOLK , VA 23511-3392

USA

Primary Point of Contacts:

Rachel Karkane

Secondary Point of Contact:

Dorothy Curling