Combine Solicitation – Internet Services to the AFTC TechnicalResearch Library
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Internet Services to the
Classification Code: D - Information technology services, including telecommunications services
Solicitation Number: F1S0AW4104B001
Contact:
Setaside: N/AN/A
Place of Performance (address):
Place of Performance (zipcode): 93524
Place of Performance Country: US
Description:
Air Force Materiel Command
HQ Air Force Test Center (AFTC) - Edwards
Combined Synopsis/Solicitation - F1S0AW4104B001 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. Quotes are being requested and an additional written solicitation will not be issued. This is a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2005-72 and DFARs Change Notice (DPN) 20140421. NAICS is 517110 with a small business size standard of 1,500 employees.
The Air Force Flight Test Center (AFTC), at Edwards AFB, CA is seeking potential sources capable of providing an Internet Service to the
4.0 REQUIRED SERVICE(S)
The contractor shall provide a minimum:
* 100 Mbps downstream x 5 Mbps upstream Dedicated Internet Access (DIA) connectivity data service / bandwidth to Building 1400 (
* The internet data service acquired must provide contiguous throughput from the TRL CER internet dedicated access port, to the
* There shall not be a service interruption exceeding 60 minutes for the repair or installation of additional / replacement equipment during the business hours of 0600-2359 daily.
* Quality of bandwidth provided will not exceed 50 mille-second packet (round trip) response (ping time) to the vendor's next hop router and less than 0.1 % packet loss between building 1400 and the vendor's location with a monthly network availability of at least 99.97%.
* Routine or schedule maintenance shall be coordinated in advanced with the Government and conducted from
* The contractor shall provide a non-RFC1918 Internet Protocols sub-network. The internet connectivity provided must be interoperable with business class wired routers / switches and wireless access points.
5.1 INTERNET DENIAL OF SERVICE ATTACK (DOS)
The contractor shall secure the internet service requested, to insure that all known Internet DOS attacks are intercepted and prevented from impacting the service. This interception will take place at the vendor's location before the demarcation point of services at building 1400, Edwards AFB,
5.2 BANDWIDTH UPGRADE / DOWNGRADE
Any upgrades or downgrades to bandwidth, when called out by the USAF, should occur within 30 calendar days unless otherwise coordinated with the Contracting Officer (CO). If the USAF requests a bandwidth change during a billing cycle any price increase or decrease shall be pro-rated.
5.3 VIRUS, SPYWARE AND ADWARE PREVENTION
The contractor shall secure the internet service to insure that 99% of all known Viruses, Spyware and Adware are intercepted and prevented from impacting or impeding the service. This intercept shall take place at the vendor's location before the demarcation of services at building 1400, Edwards AFB California. When notified by USAF of viruses, spyware and adware that are not being prevented the vendor shall have two (2) calendar days to correct.
5.4 PROOF OF SERVICE AND SECURITY
The contractor shall provide documented proof of the overall service, performance and security. Documented proof of the overall service performance and security will be provided by vendor on a monthly basis within ten (10) calendar days from the end of the billing cycle or when requested within five (5) calendar days. The documentation will be provided to USAF personnel via email or secure web based access.
6.0 TECHNICAL SUPPORT/HELP DESK
* The contractor shall provide technical support with qualified personnel who are able to provide onsite hardware and software support twenty-four (24) hours day, seven (7) days a per week.
* Support personnel must be fluent in English to include technical jargon associated with the service.
* The contractor will have five (5) business days to resolve any issues unless otherwise coordinated with the CO.
* A single telephone number shall be provided to the Government to report service outages and degradations to the Contractor's Help Desk.
* The Contractor shall provide an industry standard trouble tracking system. Records shall be kept in English to help facilitate trouble resolution.
* The Contractor shall provide an electronic copy of all trouble calls at the time they are opened and when updated, via email to Test Engineering Group TRL technical focal point. TRL personnel should have access to the trouble tickets, via a vendor provided web interface.
7.0 MAINTENANCE
The Contractor shall provide the Government with a designated point(s) of contact. The Contractor shall enable its maintenance representative to receive notification, provide an answering service or other continuous telephone coverage to permit the Government to make such contact, or provide other electronic means of notifications to affect a notice which will ensure timely repair in compliance with the requirements of this contract.
The Contractor's maintenance personnel shall respond to requests for remedial maintenance twenty-four (24) hours per day, seven (7) days per week.
The Contractor shall notify the Government when the service is returned to operating condition within acceptable tolerance.
7.1 MAINTENANCE NOTIFICATION REQUIREMENTS
The Contractor shall provide the Government with a 2 week notice of routine changes and at least a 48-hour advance notice of any planned maintenance or changes that may impact service to the Government.
All scheduled service interruptions shall be coordinated in advance with the
8.0 SERVICE LEVEL AGREEMENT (SLA)
The Contractor shall perform at or above the outlined SLA thresholds of performance for each measure. The Contractor shall agree to provide services in a way that meets each of the SLAs listed in the SOW. The Government will not hold the Contractor responsible for meeting the SLAs if the Government impedes the Contractor in any material way.
9.0 LOCATION OF PERFORMANCE
The services shall be performed at the designated Government location location(s):
1)
10.0 CONTRACTING OFFICER AUTHORITY
In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract modifications, change orders, letter or verbal direction to the Contractor be effective or binding upon the Government. All such actions must be formalized by the proper contractual document executed by the appointed Contracting Officer. The Contractor is hereby put on notice in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of work to be performed; it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation. Payments will not be made without being authorized by the appointed Contracting Officer with the legal authority to bind the Government.
11.0 ACCOUNT REPRESENTATIVES
The Contractor shall identify in writing the name and phone number of a dedicated account representative, to include hours of availability. For escalation of issues, the contractor shall identify in writing the name and phone number of a second individual who is senior to the identified account representative.
12.0 OTHER REQUIREMENTS Additionally, the Contractor shall comply with all safety practices, vehicle registration, speed limits and any other Government regulation and policy applicable to conduct standard. Contractor personnel driving a motor vehicle on Government property cannot use a cell phone unless the vehicle is safely parked or the driver is using a hands-free device.
13.0 GOVERNMENT REMEDIES
The Contracting Officer shall follow FAR 52.212.4, Contract Terms and Conditions - Commercial Items, for Contractor's failure to perform satisfactory services or failure to correct non-conforming services.
14.0 GENERAL
It should be noted to the contractor that co-location space is available that provides
Delivery: In place by
Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524.
Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB Destination Edwards AFB, CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis.
OFFERORS MUST COMPLY WITH FAR 52.204-99 System for Award Management Registration (DEVIATION)
INTERESTED OFFERORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil.
ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY
TO REGISTER WITH CCR,
The government will be evaluating quotes IAW FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999).
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
i. Price ii. Technical capability of the item offere to meet the Government requirement
Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded.
The following provisions and clauses apply: Provision 52.212-1, Instructions to Offerors--Commercial; Clause 52.212-4, Contract Terms and Conditions--Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: Clause 52.219-6(c)(1)&(2) Offers are solicited only from small business concerns Clause 52.222-26, Equal Opportunity; Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (
The following DFARs clauses apply to this acquisition: Clause 252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2013 Appropriations; Clause 252.212-7001 Contract Terms and Conditions (
The following factor shall be used to evaluate offers: Lowest price technically acceptable offer, technically acceptable is meeting all minimum salient characteristics.
Offeror's are instructed to complete the provision DFARS 252.209-7994, as attached, IN FULL TEXT. This must be returned with the offeror's quote.
Offers are due at the Air Force Test Center,
Link/URL: https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AW4104B001/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 2014 |



Advisor News
- Iowa House backs temporary tax hike to fill Medicaid gap
- Iowa Medicaid temporary tax plan draws sharp public opposition
- Charitable giving planning can strengthen advisor/client relationships
- New $6K deduction could provide tax planning window for retirees
- Iowa Medicaid temporary tax plan draws sharp opposition
More Advisor NewsAnnuity News
- We can help find a loved one’s life insurance policy
- 2025: A record-breaking year for annuity sales via banks and BDs
- Lincoln Financial launches two new FIAs
- Great-West Life & Annuity Insurance Company trademark request filed
- The forces shaping life and annuities in 2026
More Annuity NewsHealth/Employee Benefits News
- Medical debt associated with deferring dental, medical, and mental health care: Johns Hopkins Bloomberg School of Public Health
- New Managed Care Study Findings Recently Were Reported by Researchers at University of Texas Southwestern Medical Center (Association of Vaping-Related Events with Relative Harm Perceptions of E-Cigarettes): Managed Care
- Findings from American Public University Provides New Data about Managed Care (Public Health Impact of Wildfire Smoke Exposure: Analysis of Respiratory-Related Medicaid Claims in Wyoming): Managed Care
- Iowa House backs temporary tax hike to fill Medicaid gap
- Health insurance jargon can be frustrating and confusing – here’s how to navigate it
More Health/Employee Benefits NewsLife Insurance News
- New individual life premium hits record-setting $17.5B in 2025
- Maryland orders Cigna to halt underpaying doctors or give cause
- Insurers optimistic about their investments in 2026
- AM Best Affirms Credit Ratings of PVI Insurance Corporation
- Securian Financial Study Finds Americans Are Falling Into Workplace Benefits “Affordability Trap,” With Many Taking Financial Risks for Bigger Paychecks
More Life Insurance News