SOLICITATION NOTICE
D -- Subscription cable services for Commander U.S. Pacific Fleet from 1 Oct 2010 through 29 Feb 2012.
- Notice Date
- 9/29/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060411T3249
- Response Due
- 9/30/2011
- Archive Date
- 10/15/2011
- Point of Contact
- Tom McLain 808-473-7582
- Small Business Set-Aside
- N/A
- Description
- The Regional Contracting Department, Fleet and Industrial Supply Center (FISC), Pearl Harbor Hawaii intends to negotiate with an unrestricted, sole source, for contract award to a local sole source provider, Time Warner Entertainment Company, L.P. DBA: Time Warner Cable for renewal of cable television and internet subscription services for Commander U.S. Pacific Fleet (COMPACFLT) utilizing FAR Part 13.106-1(b)(1). Time Warner Cable infrastructure is currently installed at COMPACFLT buildings at Pearl Harbor HI. Award will be conducted under the provisions of FAR Part 12 Commercial Item and FAR Part 13 Simplified Acquisition Procedures. The prospective contractor must be registered in the Central Contractor Registration (CCR). 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. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive quotes. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-11-T-3249. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110920. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS Code is 517110, and the Small Business Standard is 1,500. All prospective quoters are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. The Regional Contracting Department, Fleet and Industrial Supply Center (FISC) Pearl Harbor, Hawaii requests RFQ responses from qualified sources for the following: CLIN 0001 Cable television and internet subscription service for Commander U.S. Pacific Fleet for a period of 5 months beginning 1 October 2011 through 29 February 2012. The Contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense Contract awards. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. The following provisions and clauses are applicable by reference: FAR 52.212-1, Instructions to Offerors ”Commercial Items; FAR 52.212-4, Contact Terms and Conditions ”Commercial Items; FAR 52.233-3 Protest After Award (AUG 1996); FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.232-18 Availability of Funds (Apr 1984); DFAR 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (SEP 2007); DFAR 252.223-7008, Prohibition of Hexavalent Chromium. (MAY 2011); DFAR 252.232-7010, Levies on Contract Payments; THE OFFEROR SHALL PROVIDE THE INFORMATION REQUIRED IN THE FOLLOWING PROVISIONS: FAR 52.212-3 Offeror Representations and Certifications ”Commercial Items - Alt I., and DFARS 252.225-7035 Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate. FAR 52.212-2, Evaluation Commercial Items, the following factors shall be used to evaluate offers: (1) Technically Acceptable, (2) Price. Award will be made to the low cost, technically acceptable, responsible offeror. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ”Commercial Items, includes the following clauses incorporated by reference: FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-3, Convict Labor (JUNE 2003)(E.O. 11755); FAR 52.222-19 Child Labor ”Cooperation with Authorities and Remedies (AUG 2007)(E.O. 13126);FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (AUG 2007); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items includes the following clauses incorporated by reference: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009)(Section 847 of Pub. L. 110-181); DFARS 252.225-7036 Buy American Act--Free Trade Agreements ”Balance of Payments Program (JULY 2009)(41 U.S.C. 10a-10d and 19 U.S.C. 3301 note); DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); The contracting activity, NAVSUP Fleet Logistics Center, Pearl Harbor (FLCPH), will process agency protest in accordance with the requirements set forth in FAR 33.103 (d). (b) Pursuant to FAR 33.103 (d)(4), agency protests may be filed directly with the appropriate Reviewing Authority or a protester may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. (c) The Reviewing Authority for NAVSUP Fleet Logistics Center, Pearl Harbor is the Director, Regional Contracting Department (Code 200A), NAVSUP Fleet Logistics Center, Pearl Harbor, at 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the Contracting Officer or Reviewing Official. (d) Quoters should note this review of the Contracting Officer ™s decision will not extend GAO ™s timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. All prospective quoters interested in submitting a proposal for this solicitation shall include your name, address, telephone number and point of contact, fax number, e-mail address and commercial and Government Entity (CAGE) code. Quotations are due 10AM Hawaii Standard Time (HST), on September 30, 2011. PROPOSALS SHOULD SUPPLY AN EMAIL ADDRESS OF THE QUOTER IF ONE IS AVAILABLE. The quoter is encouraged to use the Standard Form 1449, śSolicitation/Contract Order for Commercial Items. ť The form can be found at www.gsa.gov. Quotes may be mailed to Regional Contracting Department, NAVSUP Fleet Logistics Center, 1942 Gaffney Street, Suite 100, Attn: Thomas McLain, Pearl Harbor, HI 96860-4549 or e-mailed to thomas.mclain@navy.mil. Facsimile quotes will be accepted at (808) 474-3524. A determination by the Government not to compete this proposed effort on a full and open competitive basis, based upon responses to this notice, is solely within the discretion of the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060411T3249/listing.html)
- Record
- SN02598713-W 20111001/110930001034-9f91e7e9775966f3c2eb87ab275c01be (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |