Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 05, 2019 FBO #6523
SOLICITATION NOTICE

D -- Wireless Services For Camp Covington Resident Battalion, Naval Base Guam

Notice Date
10/3/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517312 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060420Q4002
 
Response Due
10/8/2019
 
Archive Date
10/23/2019
 
Point of Contact
Kevin Young 808-473-7528 kevin.g.young@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N0060420Q4002. This solicitation documents and incorporates provisions and clauses in effect through FAC FAC 2019-06 and DFARS Publication Notice 20190913. 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/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 517312 and the Small Business Standard is 1,500 employees. This is a competitive, unrestricted action. The Small Business Office concurs with the decision. The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing Wireless Service(s) for the Camp Covington Resident Battalion, located on Naval Base Guam, in accordance with Statement of Work (Attachment 3). The services shall include (1) An All Inclusive Plan at a fixed price for fifteen (15) smart phones, and (2) a Local/Domestic/USA Voice Plan at a fixed price for twenty-nine (29) Rugged type phones with Wi-Fi capability: CLIN 0001 “ All Inclusive Wireless Service Plan (Base Year) Period of Performance 01 November 2019 “ 31 October 2020 CLIN 0002 “ Local/Domestic/USA Voice Service Plan (Base Year) Period of Performance 01 November 2019 “ 31 October 2020 CLIN 1001 “ All Inclusive Wireless Service Plan (Option Year 1) Period of Performance 01 November 2020 “ 31 October 2021 CLIN 1002 “ Local/Domestic/USA Voice Service Plan (Option Year 1) Period of Performance 01 November 2020 “ 31 October 2021 CLIN 2001 “ All Inclusive Wireless Service Plan (Option Year 2) Period of Performance 01 November 2021 “ 31 October 2022 CLIN 2002 “ Local/Domestic/USA Voice Service Plan (Option Year 2) Period of Performance 01 November 2021 “ 31 October 2022 CLIN 3001 “ All Inclusive Wireless Service (Option Year 3) Period of Performance 01 November 2022 “ 31 October 2023 CLIN 3002 “ Local/Domestic/USA Voice Service Plan (Option Year 3) Period of Performance 01 November 2022 “ 31 October 2023 CLIN 4001 “ All Inclusive Wireless Service (Option Year 4) Period of Performance 01 November 2023 “ 31 October 2024 CLIN 4002 “ Local/Domestic/USA Voice Service Plan (Option Year 4) Period of Performance 01 November 2023 “ 31 October 2024 The following attachments are applicable: Attachment 1 “ Quote Sheet Attachment 2 “ Services Worksheet Attachment 3 “ Statement of Work (SOW) A complete quote in response to this combined synopsis/solicitation shall include the completion and submission of Attachment 1 and Attachment 2. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following provision and clauses are applicable to this procurement: 52.203-19Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7System for Award Management 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13System for Award Management Maintenance 52.204-16Commercial and Government Entity Code Reporting 52.204-18Commercial and Government Entity Code Maintenance 52.204-21Basic Safeguarding of Covered Contractor Information Systems 52.204-23Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.209-6Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10Prohibition on Contracting with Inverted Domestic Corporations 52.212-1Instructions to Offerors ”Commercial Items 52.212-2Evaluation ”Commercial Items 52.212-3Offeror Representations and Certifications ”Commercial Items--Alternate I 52.212-4Contract Terms and Conditions ”Commercial Items 52.212-5Contract Terms and Conditions Required To Implement Statutes or Executive Orders ”Commercial Items 52.217-5Evaluation of Options 52.217-9Option to Extend the Term of the Contract 52.219-4 Notice 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 52.222-35Equal Opportunity for Veterans 52.222-36Equal Opportunity for Workers with Disabilities 52.222-37Employment Reports on Veterans 52.222-50Combating Trafficking in Persons 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33Payment by Electronic Funds Transfer ”System for Award Management 52.232-36Payment by Third Party 52.232-40Providing Accelerated Payments to Small Business Subcontractors 52.233-3Protest after Award 52.233-4Applicable Law for Breach of Contract Claim 52.252-1Solicitation Provisions Incorporated by Reference 52.252-2Clauses Incorporated by Reference 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.203-7005Representation Relating to Compensation of Former DoD Officials 252.204-7015Notice of Authorized Disclosure of Information for Litigation Support 252.232-7003Electronic Submission of Payment Requests and Receiving Reports 252.232-7006Wide Area WorkFlow Payment Instructions 252.232-7010Levies on Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000Subcontracts for Commercial Items 252.246-7008Sources of Electronic Parts 252.247-7023Transportation of Supplies by Sea--Basic This announcement will close at 1400 hours Hawaii Standard Time (HST) on Tuesday October 8, 2019. All quotations shall be submitted to Kevin Young via email at kevin.g.young@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award to the responsible Quoter whose quote offers the best value to the Government, price and non-price factors considered. In determining the best value to the Government, the combined non-cost/price factors are equally important to the cost/price factor. The Quoters are advised that the quotation meeting the solicitation requirements with the lowest price may not be selected for award if award to a higher priced Quoter is determined to be more advantageous to the Government. However, the perceived benefits of the higher priced quotation must merit the additional price. Factor 1: Technical The Government will evaluate the Quoter ™s Service Worksheet (Attachment (2)) for capability to provide service(s) in required countries (if country capability exists) referenced in the SOW. Factor 2: Price The quoter ™s Quote Sheet (Attachment (1)) will be checked for mathematical correctness in all computations, making sure that all prices are summarized correctly to ensure completeness and accuracy. Changes to the evaluation quantities, blanks or zeros in the pricing columns, and/or mathematical mistakes are subject to clarification for confirmation of the Quoter ™s intent. These factors will be used to assess whether the quote is complete and accurate, and to minimize performance risk. The total contract price will be calculated by adding the totals of the base year and all option years. Rating Methods: The Technical factor will be rated on an acceptable/unacceptable basis. In order to be considered acceptable, the quotation must meet the minimum country requirements for service(s), direct dialing, and automatic roaming. A quotation is unacceptable if it fails to meet the minimum country requirements for service(s), direct dialing, and automatic roaming. For any questions, please contact Kevin Young via email at kevin.g.young@navy.mil. Questions Submission: Interested offerors must submit questions concerning the solicitation at the earliest time possible to enable timely response. Please submit questions no later than 1600 hours Chamorro Standard Time on Monday October 7, 2019. Questions received after deadline will not be considered. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060420Q4002/listing.html)
 
Record
SN05466788-W 20191005/191003230604-88eaebf8510d90a4cadfd75a21ff2ccf (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.