SOLICITATION NOTICE
S -- Cable TV Fort Bragg
- Notice Date
- 7/6/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517311
— Wired Telecommunications Carriers
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Bragg, Installation Contracting Office, Drawer 70120, Fort Bragg, North Carolina, 28307-0120, United States
- ZIP Code
- 28307-0120
- Solicitation Number
- W91247-18-R-PK16
- Archive Date
- 7/27/2018
- Point of Contact
- Paul M. Kilgore, Phone: 9109084399, Raja J. Seshadri, Phone: 9104329845
- E-Mail Address
-
paul.m.kilgore.mil@mail.mil, raja.j.seshadri.civ@mail.mil
(paul.m.kilgore.mil@mail.mil, raja.j.seshadri.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: W91247-18-R-PK16 1. This solicitation document, W91247-18-R-PK16, is issued as a Request for Quote (RFQ) to provide cable services on several locations on Fort Bragg, NC 28310. 2. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-50, effective 16 March, 2011. 3. This requirement shall NOT be a Set-Aside for Small Businesses and shall therefore be procured utilizing full and open competition. Only offerors with an established Franchise Agreement with Fort Bragg or who have an additional franchise which encloses same or similar rights and obligations as contained under the existing Time Warner Cable and Fort Bragg Franchise agreement will be considered. The North American Classification System (NAICS) code is 517311 "Wired Telecommunications Carriers" with a size standard of 1500 employees. This solicitation shall be issued under Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures. 4. A one (1) year Base with two (2) one year options and shall include the following list of the associated contract line item numbers: • CLIN 0001: Firm Fixed Price (FFP) - Standard Cable Services: Quantity 137: Unit of Issue: Months. • CLIN 0002: Firm Fixed Price (FFP) Installation Services: Quantity: 1; Unit of Issue: Each. 5. This document provides support and assistance in all aspects relating to the preparation of requirements packages and tracking of all requirements to contract award, such as conducting market research, drafting standard requirements documents, uploading requirement documents, applying appropriate regulations and policies, and tracking requirements. 6. Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. 7. Addendum to FAR 52.212-1: a. Replace the terms "offerors" and "offer(s)" to "quoter" and "quote(s)" in paragraphs (b) through (l). b. Replace paragraph (b) with the following instructions: (b)(7) Responses must be submitted electronically only to the Contract Specialist, CPT Paul Kilgore at paul.m.kilgore.mil@mail.mil Mail or hardcopy submissions will not be accepted and shall deem the Contractor's response unacceptable. 8. All information relating to the solicitation must be included in electronic format. Electronic versions of the price response shall not be submitted in a read only or password protected format. All formulas, lookup tables, and links should be intact, and no links should exist to files not included with the response. Spreadsheets shall not contain hidden worksheets. PDF or flat files will not be considered adequate. Failure to comply with these formatting requirements may result in rejection of your response. 9. Additional Information: This is an electronic solicitation release. No hard copies will be mailed. Amendments to the solicitation will be posted through Federal Business Opportunities (FBO) at https://www.fbo.gov/index. It is the responsibility of each quoter to review the webpage for notice of amendments, updates, or changes to current information. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 10. Replace paragraph (c) with the following instruction: (c) Period for acceptance of quotes. The quoter agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. (End of Addendum) (viii) Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. The Government will evaluate offers in response to this request in accordance with FAR Part 13.106 procedures. (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Price (ii) Technical Acceptability Price will not be scored or rated. Evaluation of price will be performed using one or more of the price analysis techniques identified at FAR 15.404-1(b). Through these techniques the Government will determine whether prices are fair and reasonable. (b) Options. Applicable (End of Provision) (ix) Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. The Offeror's representations and certifications must be entered within the System for Award Management website (www.sam.gov) for consideration for award. (x) Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. Addendum to FAR 52.212-4: 1. Add paragraph (c)(1) as follows: (c)(1) Contract Administration Data. The Contracting Officer is responsible for the administration of this contract and, alone, is authorized to take actions on behalf of the Government that result in changes in the terms of the contract. The Contracting Officer is Mr. Raja J. Seshadri raja.j.seshadri.civ@mail.mil and Contract Specialist, CPT Paul Kilgore at paul.m.kilgore.mil@mail.mil Changes to the Contracting Officer or Contract Specialist may be made by written correspondence from the contracting office in lieu of a modification to the contract. (End of Addendum) (xi) Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil): 52.203-6, Restrictions on Subcontracting Sales to the Government; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for federal Employees; 52.222-50, Combating Trafficking in Persons; 52.2223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.227-1, Authorization and Consent; 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/, 52.252-2 Clauses Incorporated by Full Text (website provided http://farsite.hill.af.mil). (xiii) The following FAR provisions apply to this acquisition: Provision at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. The following DFARS clauses apply to this acquisition: DFARS 252.204-7004, Alternate A Central Contractor Registration; DFARS 252.211-7003, Item Identification Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.222-2007, Representation Regarding Combating Trafficking in Persons, DFARS 252.227-7015, Technical Data - Commercial Items. Applicable additional clauses under DFARS 252.212-7001 are as follows: FAR 52.203-3, Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023, Transportation of Supplies by Sea. 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Combo (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the Contracting Officer. TBD (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC TBD Issue By DoDAAC W91247 Admin DoDAAC W91247 Inspect By DoDAAC TBD Ship To Code TBD Service Approver (DoDAAC) TBD Service Acceptor (DoDAAC) TBD -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system: TBD (g) WAWF point of contact.(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. CPT Paul Kilgore, Contract Specialist, Phone 910-908-4399, Email: paul.m.kilgore.mil@mail.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/137db6a2ef76947055dbfd74f3ad568f)
- Place of Performance
- Address: 8th POG, Fort Bragg, North Carolina, 28305, United States
- Zip Code: 28305
- Zip Code: 28305
- Record
- SN04982214-W 20180708/180706230703-137db6a2ef76947055dbfd74f3ad568f (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 |