Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2014 FBO #4600
SOLICITATION NOTICE

D -- Internet and Cable Services for Vinton, IA - COMBINED SYNOPSIS

Notice Date
6/27/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
515210 — Cable and Other Subscription Programming
 
Contracting Office
Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, District of Columbia, 20525
 
ZIP Code
20525
 
Solicitation Number
CNSHQ14T0034
 
Archive Date
7/18/2014
 
Point of Contact
Teresa A. Harris,
 
E-Mail Address
teharris@cns.gov
(teharris@cns.gov)
 
Small Business Set-Aside
N/A
 
Description
QUOTATION COVER PAGE STATEMENT OF WORK PRICE SHEET This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) PART 12 and with the format in Subpart 12.6, and 13.106-2 as supplemented with additional information included in this notice. This announcement is the only solicitation; quotes are being requested and a written solicitation will not be issued. Combined synopsis/solicitation number CNSHQ-14-T-0034 is issued as a request for quotation (RFQ). The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74, dated May 30, 2014. This acquisition is solicited as unrestricted under North American Industrial Classification Systems (NAICS) 515210, Cable and other subscription programming. All responsible sources may submit a quote that shall be considered by the agency. This is a Firm-Fixed Price (FFP) type Purchase Order (PO) that will be awarded via OPEN MARKET as set forth in the Statement of Work included herein. This award shall be made via Lowest Price Technically Acceptable (LPTA). The award will be made on an all or none bases. The period of performance for this award is Five (5) years. The duration will commence at contract award continuing for Five (5) years. Pricing shall remain in effect for the duration of the award for the following Line Items: Line Items 0001 through 0010 QUESTIONS PERTAINING TO SOLICITATION Questions shall be addressed to the Contract Specialist only, at the following email address: Teresa Harris - Teharris@cns.gov Please send all questions via email. Questions will not be taken or answered over the phone or by fax. Include in the subject line Internet and Cable Services "Solicitation # CNSHQ14T0034". Once questions are compiled, they will be answered and posted on www.fedbizopps.gov. The question period will end Monday, June 30, 2014 at 12:00PM Eastern Time. Questions submitted after this date and time will not be answered. Attachments: Price Sheet Statement of Work Cover Page 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/. FAR 52.203-3, Gratuities; FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions; FAR 52.217-8, Option to Extend Services; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications; FAR 52.232-39, Unenforceability of Unauthorized Obligations; 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.247-34, FAR 52.252-2, Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR 52.252-1, Solicitation Provisions and Contract Clauses. For contract clauses which are contained in the Federal Acquisition Regulation (FAR) the address is http://acquisition.gov/far/. 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 www.sam.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 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.204-10, Reporting Executive Compensation and First-tier Subcontract Awards; Post-Award Small Business Representation; 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 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-41, Service Contract Act; 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-System for Award Management. The following factors shall be used to evaluate offers: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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. Initially the Government will rank all proposals by Total Evaluated Price (TEP). Secondly, the Government will evaluate the lowest priced proposal for technical acceptability. If the lowest offer is technically acceptable and is judged to have a "Substantial Confidence" performance confidence assessment, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced proposal is not judged to have a "Substantial Confidence," the Government will evaluate the next lowest offer until a proposal is technically acceptable and has a "Substantial Confidence" performance confidence assessment. (i) Price The TEP will be calculated as the sum of the Offeror's proposed prices The TEP will be used for evaluation purposes only. Proposals shall be evaluated to determine price fair and reasonableness IAW FAR 13.106-2(a). The government reserves the right to award a contract to other than the lowest priced offer if the lowest priced offeror is judged to have a technical confidence assessment of "Unacceptable". (ii) Technical capability of the service offered to meet the Government requirement Contractor shall submit detailed specifications as to how they will meet all requirements listed in the SOW to include methods, equipment and maintenance that will be used. Offerors not submitting all information in this paragraph will be deemed non-responsive. (iii) Past Performance N/A 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 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 66 months. (End of clause) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: N/A The Contractor must use the IPP website to enroll, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. (End of Local Clause) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the Contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. a. TBD is hereby designated as the Contracting Officer's Representative (COR). The COR may be changed at any time by the Government without prior notice to the Contractor by a unilateral modification to the Contract. The COR is located at: TBD Phone Number: b. The responsibilities and limitations of the COR are as follows: (1) The COR is responsible for the technical aspects of the project and serves as technical liaison with the Contractor. The COR is also responsible for the final inspection and acceptance of all reports, and such other responsibilities as may be specified in the contract. (2) The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the Contract price, terms or conditions. Any Contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the expressed prior authorization of the Contracting Officer (CO.) The CO may designate assistant or alternate COR(s) to act for the COR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the Contractor. (End of Local Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ14T0034/listing.html)
 
Place of Performance
Address: IBBSSS, 1004 G AVE, VINTON, Iowa, 52349, United States
Zip Code: 52349
 
Record
SN03408857-W 20140629/140627234754-192e535025f422dae1c6c5301e63eef6 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.