Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2015 FBO #4845
SOLICITATION NOTICE

S -- Local telephone exchange services at the Syracuse, NY, Military Exchange Processing Station (MEPS)

Notice Date
2/27/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
ACC-APG - Fort Huachuca, ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
 
ZIP Code
85613-5000
 
Solicitation Number
W91RUS15T0073
 
Response Due
3/27/2015
 
Archive Date
4/28/2015
 
Point of Contact
betty.calderon, (520) 538-7857
 
E-Mail Address
ACC-APG - Fort Huachuca
(betty.calderon@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-79. The associated North American Industrial Classification System (NAICS) code for this procurement is 517110, with a small business size standard of 1,500 employees. This Request for Quote (RFQ) is unrestricted; quotes from all responsible sources will be considered. Sources responding to this solicitation shall meet all quote requirements. Offeror must be a current local exchange carrier (LEC) certified to provide local telephone service within the State of New York. The US Army Network Enterprise Technology Command (NETCOM) has a requirement for nonpersonal services for local telephone exchange services at the Syracuse, NY, Military Exchange Processing Station (MEPS), 6001 East Molloy Road, Building 710, Syracuse, NY 13211 for commercial flat rate local telephone services listed in the attached Appendix 10. The contract line item numbers and items, quantities, and units of measure pertaining to this requirement are identified on the attached Pricing Schedule. Clauses Clauses and provisions are available online at http://farsite.hill.af.mil The following FAR provisions and clauses apply to this acquisition: 52.204-7System for Award Management 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6Protecting the Government's Interest When Subcontracting With Contractors Debarred Suspended or Proposed for Debarment 52.212-1Instructions to Offerors-Commercial Items 52.212-2Evaluations 52.212-3Offeror Representations and Certifications-Commercial Items 52.212-4Contract Terms and Conditions-Commercial Items 52.217-5Evaluation of Options 52.217-8Option to Extend Services 52.217-9Option to Extend the Term of the Contract 52.219-1Small Business Program Representations, Alt I 52.219-4Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28Post-Award Small Business Program Representation 52.222-3Convict labor 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-36Affirmative Action for Workers with Disabilities 52.222-50Combating Trafficking in Persons 52.223-18Encouraging Contractor Policies to Ban Text Messaging while driving 52.225-13Restrictions on Certain Foreign Purchases 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Reps and Certs 52.229-3Federal, Local and State Taxes 52.232-33Payment by Electronic Funds Transfer-System for Award Management 52.233-1Disputes 52.233-3Protest After Award 52.233-4Applicable Law for Breach of Contract Claim 52.237-3Continuity of Services 52.252-2Clauses Incorporated by Reference 252.201-7000Contracting Officers Representative 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.203-7005Representation Relating to Compensation of Former DoD Officials 252.204-7004Alternate A, System for Award Management 252.232-7003Electronic Submission of Payment Requests and Receiving Reports 252.232-7006Wide Area WorkFlow Payment Instructions 252.232-7010Levies on Contract Payments 252.239-7002Access 252.239-7004Orders for Facilities and Services 252.239-7007Cancellation or Termination of Orders 252.239-7008Reuse Arrangements 52.212-1 Addendum (b) Submission of Offers Quotations must be submitted to the Contracting Officer via e-mail at ivette.calderon.civ@mail.mil not later than 3 PM, Mountain Standard Time (MST), 27 March 2015. Quotes must contain: The name, address and telephone number of the Offeror, the CAGE Code, TIN, and DUNS numbers that identifies the Offeror. Offeror shall submit a completed Price Schedule (attached) for each item in the Appendix 10 (attached), including a total price for the Base Year and 4 Option Years and all the applicable taxes, fees and surcharges imposed on the Offeror and authorized to be recovered from the customer. Taxes, Fees and Surcharges (TFS) must be estimated/prorated by the Offeror as the TFS CLIN will be awarded Not To Exceed (NTE) the quoted amount. Quotes or modifications of quotes received at the address specified for the receipt of quotes after the exact time will not be considered. The cutover of these services shall be completed no later than 30 calendar days after award. Evaluations The Government intends to award a firm-fixed price contract to the lowest priced quotation for one base year and four option years. The award shall be made on an quote mark all-or-none quote mark basis to the successful responsive and responsible Offeror. As stated in FAR Clause 52.217-8, pricing for any extensions exercised under the clause shall be at the last option year pricing and will be considered in the overall price evaluation. Statement of Work The prefix and numbers currently being used must remain unchanged. The Contractor shall provide number portability for all services. The Contractor shall coordinate with the Contracting Officer's Representative (COR) prior to installation, removal, expansion, and/or change-out of equipment. All communications services provided under this contract shall have NETWORX designated as the Primary Interchange Carrier (PIC) for long distance services. Usage, toll, long distance, third-party, or any other charges for services or items not listed within the Statement of Work are not authorized under this contract. The Contractor shall block the following on all communications services provided under this contract: Directory Assistance Call Completion (DACC) and Directory Assistance Third-party billing 10-10 dialing Collect Calls Automatic Call Return Feature The COR will classify any outages as catastrophic, emergency, serious, or routine, depending on the impact to the mission, and notify the Contractor of the outage and the classification. The Contractor shall respond to service outages within one (1) hour of notification. Catastrophic outages shall be restored within four (4) hours Emergency outages shall be restored within eight (8) hours Serious outages shall be restored within twenty-four (24) hours Routine outages shall be restored within two (2) calendar days Click on the Additional documentation link below to see the attached documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d24fec6ddce9e6c0acb39c3dd68d128b)
 
Place of Performance
Address: Military Exchange Processing Station (MEPS) 6001 East Molloy Road, Building 710 Syracuse NY
Zip Code: 13211
 
Record
SN03654523-W 20150301/150228000022-d24fec6ddce9e6c0acb39c3dd68d128b (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.