Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2020 SAM #6631
SOLICITATION NOTICE

D -- Guam Wireless Services

Notice Date
1/23/2020 4:59:52 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517312 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060420Q4016
 
Response Due
1/28/2020 8:59:59 PM
 
Archive Date
02/12/2020
 
Point of Contact
Erin Chapman 808-473-7505
 
E-Mail Address
erin.r.chapman1@navy.mil
(erin.r.chapman1@navy.mil)
 
Awardee
null
 
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 for commercial items found at FAR 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 will be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N0060420Q4016. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-01 and DFARS Publication Notice 20191231. 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/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The applicable NAICS code is 517312 with a small business size standard of 1,500 Employees. This is a competitive, 100% Full and Open Competition. The Small Business Office concurs with the set-aside decision. The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests a quote from qualified sources capable of providing the following services in accordance with the Performance Work Statement (Attachment 1). Guam Wireless Services Period of Performance 01 February 2020 � 31 January 2020 CLIN 0001 � Wireless Services The following attachments are applicable: ATTACHMENT 1: Performance Work Statement (PWS) ATTACHMENT 2: FAR 52.212-3 Alt I, Offeror Representations and Certifications. A complete quote in response to this combined synopsis/solicitation must include the completion of: Failure to submit FAR 52.212-3 Alt I (Attachment 3) may result in your submission being deemed unresponsive. 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 FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity CodeMaintenance 52.204-22 Alternative Line Item Proposal 52.212-1 Instructions to Offerors � Commercial Items 52.212-3 Offeror Representations and Certifications � Commercial Items � Alternate I 52.212-4 Contract Terms and Conditions- Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 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 52.209-10 Prohibition on contracting with Inverted Domestic Corporations. 52.219-6 Notice of Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity forWorkers with Disabilities 52.222-50 Combatting Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban TextMessaging while Driving 52.232-33 Payment by Electronic Funds Transfer- SAM 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-1 Solicitations Provisions Incorporated by Reference, can be applicable to commercial supplies or services as needed. 52.252-2 Clauses Incorporated by Reference, can be applicable to commercial supplies or services as needed. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7005 Representation relating to Compensation of Former DoD Officials 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items The intended outcome of the RFQ is the issuance of a single-award, firm-fixed price purchase order to the responsible quoter offering the best value. The Government intends to evaluate quotations and issue a purchase order based on the initial quotations received. Therefore, the quoter�s initial quotation should contain the quoter�s best terms from a price and technical standpoint. Award of the contract resulting from this RFQ will be made to the responsible quoter whose quote is technically acceptable, in full compliance to all other requirements set forth in the RFQ, and the lowest price. To be considered technically acceptable the quoters must quote all the required items. The Contracting Officer will rank quotes from lowest to highest price, and review the technical quotes of the three lowest priced quotes first. If the lowest priced quote is technically acceptable and can meet all of the requirements identified, then award will be made to the lowest price quote. This announcement will close at 1500 hours (3:00PM) Hawaii Standard Time on Tuesday 28 January 2020. Contact Erin Chapman who can be reached at (808) 473-7505 or email: Erin.r.chapman1@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. The quoter will provide a quote in response the terms of the solicitation and the final contract award will be based on a determination of responsibility and lowest price. 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 over 10 pages in total 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
SAM.gov Permalink
(https://beta.sam.gov/opp/b75be333b9e640a2bd7bc391c4a48f20/view)
 
Record
SN05541529-F 20200125/200123230134 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.