SOLICITATION NOTICE
58 -- Cellular Signal Distributed Antenna System
- Notice Date
- 5/7/2020 8:04:37 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- N6134020R0083
- Response Due
- 5/21/2020 9:00:00 AM
- Archive Date
- 06/05/2020
- Point of Contact
- Howard Rodriguez, Phone: 407-380-4409, Joseph A Liberatore, Phone: 4073804281, Fax: 4073804164
- E-Mail Address
-
Howard.Rodriguez@Navy.Mil, joseph.liberatore@navy.mil
(Howard.Rodriguez@Navy.Mil, joseph.liberatore@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ����������� Combined Synopsis/Solicitation � Cellular Phone Tower Installation: N6134020R0083 AMENDMENT 0001 This is a combined synopsis/solicitation for Construction Services prepared in accordance with the format in FAR subpart 13.3, 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. Combined synopsis/solicitation N6134020R0083 amendment 0001 is issued as a request for quote (RFQ) and incorporates the provisions and clauses in effect from regulations posted to https://www.acquisition.gov/content/regulations inclusive, but not limited to, Federal Acquisition Circular (FAC) number 2005-101. This procurement is being solicited on the basis of a small business 100% set-aside competition with an associated North American Classification System (NAICS) code of 334290, PSC 5895. In accordance with FAR 36.204(d) the statement of magnitude is between $250,000 and $500,000. Due to the significant revisions in the Government requirements, all prior documents to include the Q&As have been removed and are not to be relied upon.� Only documents posted on or after 6 May 2020 will be applicable to this solicitation. Any proposals submitted in response to the initial solicitation will not be evaluated or considered for award.� Accordingly, to be considered for award of this solicitation all interested offerors must submit new proposals in response to this amendment.� ��Proposals must clearly address the requirements of the revised Statement of Work. NAWCTSD has a requirement to install an Active Distributed Antenna System (DAS) and to remove the current legacy cellular antenna system in order to provide reliable cellular coverage within the DeFlorez building located at 12211 Science Drive, Orlando, FL 32826 in accordance with the attached statement of work: The CLIN Breakout is as follows: CLIN 0001 � Demolition of existing system Delivery address is: NAWCTSD Orlando ATTN: Efrain Rivera 12211 Science Drive Orlando, Florida 32826 See attached Statement of Work for requirement details. CLIN 0002 � Installation of new system Delivery address is: NAWCTSD Orlando ATTN:� Efrain Rivera 12211 Science Drive Orlando, Florida 32826 See attached Statement of Work for requirement details. This requirement will have a completion date of 01 September 2020 Evaluation Criteria: The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible Offeror whose offer conforming to this notice will be the most advantageous, representing the best value to the Government. A firm-fixed-price purchase order will be awarded. The Government expects to select one offeror whose proposal offers the �best value� to the Government, using the trade-off method.� ""Best value"" means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit(s) in response to the requirement.� The offeror is advised that the lowest priced proposal meeting the solicitation requirements may not be selected for an award if award to a higher priced offeror is determined to be more beneficial to the Government.� However, the perceived benefits of the higher priced proposal must merit the additional price.� The Government will conduct a trade-off analysis specifically in the offerors proposal solution for the new system. The failure of an Offeror to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the Offeror being ineligible for award. All Offerors MUST BE IN THE SYSTEM FOR AWARD MANAGEMENT (SAM). Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/portal/SAM/. Going forward, all new entities registering in GSA�s System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated.� It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an �Active� status as the government cannot award to an entity without an �Active� SAM registration.� More information can be found at www.gsa.gov/samupdate. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: FAR 52.204-7 FAR 52.204-13 FAR 52.209-2 FAR 52.219-6 FAR 52.222-21 FAR 52.222-26 FAR 52.222-50 FAR 52.223-18 FAR 52.225-13 FAR 52.232-33 FAR 52.233-1 FAR 52.233-4 FAR 52.236-5 FAR 52.236-7 FAR 52.236-26 FAR 52.252-2 The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: DFARS 252.203-7000 DFARS 252.203-7002 DFARS�� 252.203-7005 DFARS 252.204-7003 DFARS 252.204-7006 DFARS 252.204-7015 DFARS 252.232-7006 DFARS 252.232-7010 All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at https://www.acquisition.gov/content/regulations.� No DPAS rating applies. Offers are due no later than 1200 US Eastern Standard Time on 21�May 2020. All questions are due COB on 12�May 2020. Quotes will only be accepted by Contract Specialist, Howard Rodriguez via email at Howard.Rodriguez@navy.mil. Responses must include at least the solicitation number N6134020R0083; name, address and telephone number of Offeror; point of contact information, warranty information; discount terms, delivery date; business type; CAGE code. Proprietary data in the responses will be protected where so designated. For questions regarding this acquisition, contact Howard Rodriguez, Contract Specialist, Tel: 407-380-4409. *Please note, due to the current COVID-19 situation, please be sure that all contractor personnel are not showing symptoms, and have not had any OCONUS travel within the last 14 days. Contractors will be asked these questions before granted permission to enter NAWCTSD Orlando.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/648e290089dc4861b0d6a8b3c0b24547/view)
- Place of Performance
- Address: Orlando, FL 32826, USA
- Zip Code: 32826
- Country: USA
- Zip Code: 32826
- Record
- SN05650575-F 20200509/200507230209 (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 |