SOLICITATION NOTICE
D -- CABLE TV AND INTERNET SERVICES
- Notice Date
- 4/24/2012
- 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
- N0060412R3013
- Response Due
- 5/9/2012
- Archive Date
- 5/24/2012
- Point of Contact
- Juli Chytka 808.473.7528
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in Federal Acquisition Regulation (FAR) Part 12 “ Acquisition of Commercial Items, FAR Part 15 “ Contracting by Negotiation, and FAR Subpart 16.5 “ Indefinite-Delivery Requirements Contracts, as supplemented with the additional information included in this notice. The Fleet Logistics Center Pearl Harbor (FLCPH) Regional Contracting Department, Pearl Harbor, HI, 96860 intends to solicit, negotiate, and award a sole source commercial type Indefinite Delivery Requirements contract with estimated price provisions under the authority of FAR 6.302-1 to Time Warner Entertainment, L.P., DBA Time Warner Cable, of Mililani, Hawaii, HI 96789. Interested companies may identify their interest and capability to respond to the requirement or submit proposals. This is not a request for competitive proposals. However, all proposals received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Joint Base Pearl Harbor-Hickam and other Commands supported by FLCPH seek a contractor to provide hard-wired cable and non-network high speed internet services. The base performance period is anticipated to be 1 June 2012 through 31 May 2013, with 4 one-year options periods thereafter. 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 FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-12-R-3013. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-58 and DFARS Change Notice 20120330. It is the responsibility of the contractor 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 1500 employees. By submitting an offer, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the Central Contractor Registration (CCR) database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for award to foreign vendors for work to be performed outside the United States. Lack of registration in the CCR database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 1.999.227.2423, or via http://www.ccr.gov. CUSTOMER: SUPPORTED COMMANDS AT JOINT BASE PEARL HARBOR-HICKAM AND ON THE ISLAND OF OAHU, HAWAII JBPHH, HI 96860 FOB: Destination CLIN Structure: Base 12-month period plus four (4) option periods. Contractor shall provide total estimated cost per performance period based upon the attached Requirements List, Attachment 3. Also, the Contractor shall provide a price list for all required services for each period of performance. Item No Service Estimated Qty Unit Estimated Amt CLIN 0001 CABLE SERVICES 1 Group ____________ On-site cable and high speed non-network internet support services for Joint Base Pearl Harbor-Hickam and other approved Commands in accordance with the incorporated Performance Work Statement and Requirements List. Period of Performance is 1 June 2012 to 31 May 2013. Item No Service Estimated Qty Unit Estimated Amt CLIN 1001 CABLE SERVICES 1 Group ____________ On-site cable and high speed non-network internet support services for Joint Base Pearl Harbor-Hickam and other approved Commands in accordance with the incorporated Performance Work Statement and Requirements List. Period of Performance is 1 June 2013 to 31 May 2014. Item No Service Estimated Qty Unit Estimated Amt CLIN 2001 CABLE SERVICES 1 Group ____________ On-site cable and high speed non-network internet support services for Joint Base Pearl Harbor-Hickam and other approved Commands in accordance with the incorporated Performance Work Statement and Requirements List. Period of Performance is 1 June 2014 to 31 May 2015. Item No Service Estimated Qty Unit Estimated Amt CLIN 3001 CABLE SERVICES 1 Group ____________ On-site cable and high speed non-network internet support services for Joint Base Pearl Harbor-Hickam and other approved Commands in accordance with the incorporated Performance Work Statement and Requirements List. Period of Performance is 1 June 2015 to 31 May 2016. Item No Service Estimated Qty Unit Estimated Amt CLIN 4001 CABLE SERVICES 1 Group ____________ On-site cable and high speed non-network internet support services for Joint Base Pearl Harbor-Hickam and other approved Commands in accordance with the incorporated Performance Work Statement and Requirements List. Period of Performance is 1 June 2016 to 31 May 2017. This announcement will close on Wednesday, 9 May 2012 at 5:00 PM Hawaii Standard Time. Contact Juli Chytka at 808.473.7528 or juli.chytka@navy.mil if you have any questions. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote directly to juli.chytka@navy.mil which shall be considered by the agency. This final contract award will be based on a determination of responsibility, lowest price technically acceptable. Other determining technical factors are delivery timeframe so there is no break in service, and the ability to secure a Franchise Agreement with the customer. To facilitate processing of your quote please include DUNS number, CAGE CODE number, and FEDERAL TAX IDENTIFICATION number on your quote. Quoters must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Registration must be current and in good standing. All quotes shall include unit price(s), extended price(s), and total price, a vendor point of contact, name and phone number, email address, business size, and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. ATTACHMENTS: ATT 1 “ PROVISIONS & CLAUSES ATT 2 “ PERFORMANCE WORK STATEMENT ATT 3 “ REQUIREMENTS LIST ATT 4 “ QUALITY ASSURANCE SURVEILLANCE PLAN
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060412R3013/listing.html)
- Place of Performance
- Address: JOINT BASE PEARL HARBOR-HICKAM AND APPROVED SURROUNDING COMMAND LOCATIONS, JBPHH, HI
- Zip Code: 96860
- Zip Code: 96860
- Record
- SN02729359-W 20120426/120424234659-6b233046f222e3616ac0a9b374f6429c (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 |