SOLICITATION NOTICE
S -- Landline Telephone Service
- Notice Date
- 3/13/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
- ZIP Code
- 33621-5119
- Solicitation Number
- F2VUJU3060AC01
- Archive Date
- 4/4/2013
- Point of Contact
- Leyla L. Campbell, Phone: 813-828-4018, Alyson Gowin,
- E-Mail Address
-
leyla.campbell@us.af.mil, alyson.gowin@us.af.mil
(leyla.campbell@us.af.mil, alyson.gowin@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR 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. This is a Request For Quote (RFQ) and the solicitation number is F2VUJU3060AC01. This acquisition is UNRESTRICTED. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Local and long distance commercial landline telephone service. DESCRIPTION OF REQUIREMENT The contractor shall provide all parts, labor, materials, maintenance, transportation, and other items necessary to provide local commercial landline telephone service for 6 existing Verizon phone lines located in the Joint Special Operations University, Pinewood Facility at 6701 S. Dale Mabry, Tampa, FL 33611 and local and long distance commercial landline telephone service for 69 existing Verizon phone lines located in the Marina Facility at 205 Hoover Blvd., Tampa, FL 33609. Of the six phone numbers currently assigned to the lines at the Pinewood Facility, two must be maintained and the others can be changed if necessary. For the six phone lines at the Pinewood Facility, we are requesting to have long distance services blocked. If the contractor is proposing to change carrier from Verizon, the contractor must demonstrate their capability to perform this task without a break in service. Proposals shall be submitted in the following format to include one (1) base year plus three (3) option years: CLIN 0001 - Verizon Local Telephone Service Pinewood Facility - Base year - 31 Mar 2013 - 30 Mar 2014 CLIN 0002 - Verizon Local Telephone Service Marina Facility - Base year - 31 Mar 2013 - 30 Mar 2014 CLIN 0003 - Verizon Long Distance Telephone Service Marina Facility - Base year - 31 Mar 2013 - 30 Mar 2014 CLIN 1001 - Verizon Local Telephone Service Pinewood Facility - Opt Yr 1- 31 Mar 2014 - 30 Mar 2015 CLIN 1002 - Verizon Local Telephone Service Marina Facility - Opt Yr 1- 31 Mar 2014 - 30 Mar 2015 CLIN 1003 - Verizon Long Distance Telephone Service Marina Facility- Opt Yr 1- 31 Mar 2014 - 30 Mar 2015 CLIN 2001 - Verizon Local Telephone Service Pinewood Facility - Opt Yr 2 - 31 Mar 2015 - 30 Mar 2016 CLIN 2002 - Verizon Local Telephone Service Marina Facility - Opt Yr 2 - 31 Mar 2015 - 30 Mar 2016 CLIN 2003 - Verizon Long Distance Telephone Service Marina Facility - Opt Yr 2 - 31 Mar 2015 - 30 Mar 2016 CLIN 3001 - Verizon Local Telephone Service Pinewood Facility - Opt Yr 3 - 31 Mar 2016 - 30 Mar 2017 CLIN 3002 - Verizon Local Telephone Service Marina Facility - Opt Yr 3 - 31 Mar 2016 - 30 Mar 2017 CLIN 3003 - Verizon Long Distance Telephone Service Marina Facility - Opt Yr 3 - 31 Mar 2016 - 30 Mar 2017 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 effective 28 February 2013, DFAR DPN 20130228 and AFFAR AFAC 2012-1107. The North American Industry Classification System code (NAICS) is 517110 Wired Telecommunications Carriers. The Standard Industrial Classification (SIC) is 4813. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. DELIVERY ADDRESS: The service is to be procured on behalf United States Special Operations Command (US SOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.204-13, Central Contractor Registration Maintenance; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.217-5, Evaluation of Options; FAR 52.247-34, F.O.B. Destination. The following FAR provisions and clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-28, Small Business Representations; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration. 52.217-8, Option to Extend Services (Nov 1999): The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) 52.217-9, Option to Extend the Term of the Contract (Mar 2000): (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4 Years and 6 months. (End of Clause) FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control Of Government Personnel Work Product; DFARS 252-204-7004 (Alt A), Required Central Contractor Registration; DFARS 252.243-7001, Pricing Of Contract Modifications. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7036, Buy American-Free Trade Agreements--Balance of Payments; DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7023 (Alt III), Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen Mr Gregory S. Oneal, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10, Scott AFB IL 62225, (618) 229-0184, fax (618) 256-6668 email: gregory.oneal @us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. DEADLINE: Offers are due on 20 March 2013 by 2:00 PM EST. Submit offers or any questions to the attention of Leyla Campbell, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to leyla.campbell@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUJU3060AC01/listing.html)
- Place of Performance
- Address: MacDill AFB, Florida, 33621, United States
- Zip Code: 33621
- Zip Code: 33621
- Record
- SN03010691-W 20130315/130313234520-f29b5d57499d0c58ca4f15f54e6528dd (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 |