Maryland Bids > Bid Detail

10GB Optical Wave Transport Service Lease Renewal - One Year Renewal

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159696680106483
Posted Date: Jan 17, 2024
Due Date: Jan 18, 2024
Source: https://sam.gov/opp/b35937e703...
Follow
10GB Optical Wave Transport Service Lease Renewal - One Year Renewal
Active
Contract Opportunity
Notice ID
RFQ-NIAID-24-2206575
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIAID
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 16, 2024 11:41 am EST
  • Original Published Date: Jan 11, 2024 01:19 pm EST
  • Updated Date Offers Due: Jan 18, 2024 05:00 pm EST
  • Original Date Offers Due: Jan 17, 2024 12:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 02, 2024
  • Original Inactive Date: Feb 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1BG - LEASE/RENTAL OF ELECTRONIC AND COMMUNICATIONS FACILITIES
  • NAICS Code:
    • 517111 - Wired Telecommunications Carriers
  • Place of Performance:
    Bethesda , MD 20892
    USA
Description

SAM.gov Synopsis



Document Type: Combined Synopsis/Solicitation



Solicitation Number: RFQ-NIAID-24-2206575-R



Posted Date: 01/11/2024



Response Date: 01/18/2024



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 renewal of 12-months.



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 and MUST BE operational by the renewal date of January 27, 2024.



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





UPDATE: The requirement is for one year only - no longer a request for base with options -- Quote to include the following two items - quotes MUST include at least an estimate for line 2/fees in order to be considered:



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: January 27, 2024 – January 26, 2025



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 18, 2024 at 5:00pm 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.


Attachments/Links
Contact Information
Contracting Office Address
  • 5601 FISHERS LANE, SUITE 3D11
  • BETHESDA , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >