Federal Bid

Last Updated on 02 Oct 2002 at 5 AM
Combined Synopsis/Solicitation
Suitland Maryland

N -- Service for interface with Abiline Mid Atlantiic Network

Solicitation ID Reference-Number-NWWX1000200049
Posted Date 10 Sep 2002 at 5 AM
Archive Date 02 Oct 2002 at 5 AM
NAICS Category
Product Service Code
Set Aside Partial Small Business (SBP) Set-Aside (FAR 19.5)
Contracting Office Department Of Commerce Noaa
Agency Department Of Commerce
Location Suitland Maryland United states 20746
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-08. The following contract line items are: CLIN 0001 Mid-Atlantic Crossroads (MAX) Subscription Fee and CLIN 0002 Gigabit Ethernet Aggregated Connection Service. The National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), Silver Spring, MD, intends to negotiate on a noncompetitive basis with the University of Maryland, College Park, MD for connection and access to the Abilene Research Network. Abilene is an advanced backbone network developed under the auspices of the University Corporation for Advanced Internet Development (UCAID) to support the Internet2 initiative. The University of Maryland is the regional aggregation point for access to the Abilene Network. The contractor shall provide access to the network at data rates up to one (1) gigabit per second for a period of one (1) year commencing November 06, 2002. The contractor shall provide the necessary switching/routing equipment port into which an optical fiber transceiver module (supplied by the Government) may be plugged in order to complete the connection. Vendors who believe that they can meet this requirement are required to submit in writing an affirmative response demonstrating they can meet the Governments requirements. To be considered an affirmative response, all written responses must include a written narrative statement of capability, including detailed technical information and other technical literature demonstrating the ability to meet the above requirements in a cost effective manner. In your response, you must address the services described above in sufficient detail to permit agency analysis to establish a bona fide capability to meet the requirements; cost data should be included also. Failure to submit documentation will result in the Government proceeding as stated above. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. A fixed-price purchase order is contemplated for this effort. Services must commence on or before November 06, 2002. Place of performance is World Weather Building, Camp Springs, MD. The following FAR clauses are applicable to this requirement: 52.212-1, Instructions to Offeror-Commercial; 52.212-2, Evaluation-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items. 52.212-3 must be completed and included with the proposal. The following clauses are applicable under 52.212-5: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans Vietnam Era; 52.222-36, Affirmative Action for Handicapped Workers; 52.232-34, Payment By Electronic Funds Transfer-Other Than Central Contractor Registration. FAR clause 52.217-8, Option to Extend Services, is hereby incorporated into this solicitation. See notes 22 and 26. Due Date for Proposals is 17 September 2002 by 3:00 pm Eastern Standard Time. Address the proposals to U.S. Department of Commerce/NOAA/Acquisition Management Division; Attention: Mark A. Miller; 1305 East West Highway, SSMC4, Room 7604; Silver Spring, MD 20910.
Bid Protests Not Available

Similar Past Bids

Similar Opportunities

Casa grande Arizona 15 Aug 2025 at 3 PM
Dyess air force base Texas 14 Jul 2025 at 6 PM
Power Montana 21 Jul 2025 at 8 PM