SOLICITATION NOTICE
D -- Telephone Configuration and Installation Services
- Notice Date
- 11/15/2018
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 517311
— Wired Telecommunications Carriers
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 23511
- Solicitation Number
- N0018919Q0030
- Response Due
- 11/29/2018
- Archive Date
- 12/14/2018
- Point of Contact
- Shannon Benson 757-443-1383
- Small Business Set-Aside
- Total Small Business
- Description
- This is a SYNOPSIS to inform that NAVSUP Fleet Logistics Center Norfolk (FLCN), Norfolk, VA 23511-3392 intends to negotiate a competitive Firm Fixed Price commercial contract for telephone configuration and installation services in support of Navy Operational Support Center (NOSC) Norfolk located on Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, VA. The procurement will be acquired in accordance with Federal Acquisition Regulation (FAR) Part 12 “ Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The NAICS code is 517311- Wired Telecommunications Carriers, and the Small Business Administration Size Standard is 1500 employees. A complete Request for Quote (RFQ) package will be available for downloading at the NECO Website: (https://www.neco.navy.mil/) on or about 15 Nov 2018. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above site; this office will no longer issue hard copy solicitations. By submitting a quote, the vendor is 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 quote. By submission of a quote, the contractor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov/SAM. Please direct all questions regarding this solicitation via e-mail to Shannon Benson who can be reached at 757-443-1483 or by email at shannon.benson@navy.mil. To coordinate a site visit, please contact LSC Juanita Billingsley at (757) 462-1840 or by email at juanita.billingsley@navy.mil The following FAR provision and clauses are applicable to this procurement: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) 52.204-7 System for Award Management (Oct 2016) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-13 SAM Maintenance (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (July 2016) 52.204-18 CAGE Maintenance (July 2016) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.204-22 Alternative Line Item Proposal (Jan 2017) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (July 2018) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.212-1 Instructions to Offerors - Commercial Items (Aug 2018) 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items (Aug 2018) 52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial 52.222-41 Service Contract Labor Standards (May 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52-232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.237-1 Site Visit (Apr 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) The following DFARS provisions and clauses are applicable to this procurement: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (April 1992) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Oct 2016) 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 2016) 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sep 2014) 252.225-7048 Export-Controlled Items (June 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies On Contract Payments (Dec 2006) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) 252.239-7009 Representation of Use of Cloud Computing (Sep 2015) 252.239-7010 Cloud Computing Services (Oct 2016) 252.239-7017 Notice of Supply Chain Risk (Nov 2013) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.247-7023 Transportation of Supplies by Sea (April 2014) 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: https://www.acquisition.gov/browsefar/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018919Q0030/listing.html)
- Place of Performance
- Address: NOSC Norfolk One Navy Drive Building 1, Virginia Beach, VA
- Zip Code: 23459
- Country: US
- Record
- SN05152845-F 20181117/181115230046 (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 |