SOLICITATION NOTICE
D -- Wireless Services for 30th Naval Construction Regiment Naval Base Guam
- Notice Date
- 5/21/2020 4:31:14 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
- N0060420Q4034
- Response Due
- 5/27/2020 1:00:00 PM
- Archive Date
- 06/11/2020
- Point of Contact
- Lenin A Moreira, Phone: 808-473-7531, Robert Dunn, Phone: 8084737964
- E-Mail Address
-
lenin.moreira1@navy.mil, robert.dunn@navy.mil
(lenin.moreira1@navy.mil, robert.dunn@navy.mil)
- 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 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 BETASAM (https://beta.sam.gov/).�� The RFQ number is N0060420Q4034.� This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-06 and DFARS Publication Notice 20200408.� 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 Services for the 30th Naval Construction Regiment (30th NCR), Naval Base Guam in accordance with Attachment 2 - 30th NCR Statement of Work. CLIN 0001 � All Inclusive Wireless Service (Base Year) �Period of Performance 01 June 2020 � 31 May 2021 CLIN 1001 � All Inclusive Wireless Service (Option Year 1) �Period of Performance 01 June 2021 � 31 May 2022 CLIN 2001 � All Inclusive Wireless Service (Option Year 2) �Period of Performance 01 June 2022 � 31 May 2023 CLIN 3001 � All Inclusive Wireless Service (Option Year 3) �Period of Performance 01 June 2023 � 31 May 2024 CLIN 4001 � All Inclusive Wireless Service (Option Year 4) �Period of Performance 01 June 2024 � 31 May 2025 � The following attachments are applicable: Attachment 1 � Quote and Services Sheet Attachment 2 � 30th NCR Statement of Work (SOW) Questions regarding the solicitation: Questions should be submitted electronically to lenin.moreira1@navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ# N0060420Q4034 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions may be submitted at any day and time, but no later than 10:00am (Hawaii Standard Time) on 25th May 2020 HST. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible.� A complete quote in response to this combined synopsis/solicitation shall include the completion and submission of Attachment 1. � 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: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.204-26 Covered telecommunications Equipment or Services�Representation 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 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law ���� 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation�Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 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 52.217-5 Evaluation of Options 52.217-9 Option to Extend the Term of the Contract 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-36 Payment by Third Party 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payment to Small Business Subcontractors 52.233-3 Protest after Award 52.252-2 Clauses Incorporated by Reference 52.222-21 Prohibition of Segregated Facilities 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.239-1 Privacy or Security Safeguards 252.203-7000� Requirements Relating To Compensation of Former DoD Officials 252.203-7005� Representation Relating To Compensation of Former DoD Officials 252.204-7012� Safeguarding of Unclassified Controlled Technical Information 252.204-7015� Disclosure of Information To Litigation Support Contractors 252.204-7016� Covered Defense Telecommunications Equipment or Services�Representation 252.204-7017� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7018� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.225.7048� Export-Controlled Items���� 252.232-7003� Electronic Submission of Payment Requests And Receiving Reports 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 And Commercial Components (DoD Contracts) 252.246-7008� Sources of Electronic Parts 252.247-7023� Transportation of Supplies by Sea�Basic ������������� This announcement will close at 1000 hours on Wednesday May 27th, 2020 HST.� All quotations shall be submitted to Lenin Moreira via email at lenin.moreira1@navy.mil. Oral communications are not acceptable in response to this notice. 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 Attachment 1 � Quote and Service worksheet for capability to provide service(s) in required countries. Factor 2: Price The Quoter�s Attachment 1 � Quote and Service worksheet 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). A quotation is unacceptable if it fails to meet the minimum country requirements for service(s). Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1. The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: System for Award Management (SAM), Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS) and or the Federal Awardee Performance and Integrity Information System (FAPIIS). 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/. Quotes will not be accepted by facsimile.� ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/34fc21c8f2274b5e94eb1f0d618e8053/view)
- Place of Performance
- Address: Apra Harbor 96540, GUM
- Zip Code: 96540
- Country: GUM
- Zip Code: 96540
- Record
- SN05665989-F 20200523/200521230214 (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 |