SOLICITATION NOTICE
D -- Commercial Business Class Internet Service
- Notice Date
- 7/8/2020 12:28:16 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517311
— Wired Telecommunications Carriers
- Contracting Office
- FA6670 914 AW LGC NIAGARA FALLS NY 14304-5000 USA
- ZIP Code
- 14304-5000
- Solicitation Number
- FA6670-20-Q-0002
- Response Due
- 7/10/2020 8:30:00 AM
- Archive Date
- 08/30/2020
- Point of Contact
- Cynthia Panasiewicz, Mary Elizabeth Pyle Platts
- E-Mail Address
-
cynthia.panasiewicz@us.af.mil, mary.pyleplatts@us.af.mil
(cynthia.panasiewicz@us.af.mil, mary.pyleplatts@us.af.mil)
- Description
- Amendment 1 Amendment 1 is issued to incorporate Addendum 1 (see attachment 4) into solicitation FA6670-20-Q-0002, Commercial Business Class Internet Service and schedule an organized site visit (see attachment 3).� Please read all of Attachment 3 and return document with required information if you will be attending the site visit.� Base access will not be granted without this.� An organized site visit has been scheduled for:�� Friday June 19, 2020 at 9:30 am� �� There will NOT be additional site visits. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, 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. Solicitation number FA6670-20-Q-0002 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures.� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06, effective 6 May 2020 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20200408. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This Request for Quotes (RFQ) is for wired commercial business class internet service, as specified herein.� Submitted quote must be complete, self-sufficient, take no exception to the SOW, and respond directly to the requirements of this RFQ. This requirement is being issued as 100% full and open competition.� The North American Industrial Classification System (NAICS) Code is 517311 (Wired Telecommunication Carriers), with a small business size standard of 1,500 employees. The Government intends to award a single 3 year term, firm fixed-price (FFP) Blanket Purchase Agreement. Delivery terms are FOB DESTINATION. �FOB Destination shall be Niagara Falls ARS, NY 14304.� Delivery pricing must be considered within the pricing and is not separately billable. DESCRIPTION OF REQUIREMENT The contractor shall provide non-personal services to include all personnel, equipment, tools, materials, supervision, and other items necessary to provide wired commercial (business class) Internet service to be installed to support the 914th Operations Group, in accordance with the Statement of Work (SOW); which is attached to this RFQ and shall become a part of the resulting contract award. �The required service will support approximately 150 Government devices managed by 914th Operations Group, Niagara Falls Air Reserve Station, Air Force Reserve Command (AFRC). The requested service and required salient characteristics are as follows: Vendor to support wired internet service speed of: ��������� a.� Minimum of 50 Mbps download speed ��������� b.� Minimum of 20 Mbps upload speed Wired Commercial Internet Service installation shall support (3) base facilities identified in the SOW.� One Commercial Internet Modem per facility�shall be supplied by the awarded Blanket Purchase Agreement contractor.��Service to be provided utilizing Fiber Infrastructure. REQUEST FOR QUOTATION REQUIREMENTS Contractor shall provide wired commercial business class internet service in accordance with (IAW) the Statement of Work (SOW). All quotes shall be valid for 90 days. Attachment One � SOW, 18 March 2020 Attachment Two � Pricing Worksheet Attachment Three�� EAL & Site Visit Info Attachment Four�� Addendum #1, 10 June 2020 �Quote shall provide detail for each line item in RFQ 914 OG Commercial Business Class Internet, Attach 2 Pricing Worksheet. Quotes detail shall include monthly price listing, rental of equipment (if applicable), service calls within four hours, and an installation charge. FAR, DFARS AND AAFARS PROVISIONS AND CLAUSES The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this procurement and the selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items; Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items - Alternate I at https://sam.gov; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) and specifically the following FAR clauses under paragraph (b) are applicable: FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.222-41 Service Contract Act of 1965; FAR 52.237-3 Continuity of Services; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.217-8 Option to Extend Services; FAR 52.237-1 Site Visit; FAR 52.219-6, Notice of Total Small Business Set Aside; FAR 52.204-13 System for Award Management Maintenance; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.232-18 Availability of Funds; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-4 Applicable Law For Breach Of Contract Claim; FAR 52.233-3 Protest after Award; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-6 Drug-Free Workplace� FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses.�� Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition and specifically the following additional DFAR clauses under paragraphs (a) and (b), 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.237-7024 Notice of Continuation of Essential Contractor Services; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel.� AFFARS 5352.201-9101 Ombudsman and AFFARS 5352.242-9000 Contractor Access to Air Force Installations applies to this acquisition.� The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/ NOTICE TO OFFERORS This is a competitive commercial acquisition. �The Government intends to award a single blanket purchase agreement resulting from this RFQ to the responsive, responsible offeror whose quote conforms to the RFQ and will be most advantageous to the Government; price, delivery and other factors considered. The following factors shall be used to evaluate offers: technical acceptability and price.� Technical Acceptability shall be evaluated as acceptable or not acceptable.� Technical acceptability will be determined by a review of proposed product specifications, accomplished by the end-user, to ensure each item meets the requirements as stated.� Price evaluation shall be based on the lowest reasonable, balanced, and overall evaluated price.� Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes as each offeror's quoted price will be evaluated for reasonableness. �Evaluation of proposals may be made without discussions with the offeror(s).� The Government will award a contract to the responsible offeror, whose offer conforming to this combined synopsis/solicitation will be most advantageous to the government IAW FAR Part 8. For the quote to be considered the Offeror will prepare & submit a proposal on the attached price sheet. �Please fill out all requested information, partial quotes will not be considered.� Only firm fixed price offers will be evaluated.� Award will be made (all or none) to one vendor. To be eligible to receive an award resulting from this solicitation, contractors must be registered in the DoD System for Award Management (SAM) located at the following website: https://www.sam.gov Lack of registration will make an offeror ineligible for award. Payment for this Blanket Purchase Agreement will be made by Government Purchase Card on a monthly basis. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. RESPONSE DEADLINE Vendors who wish to respond to this notice must send responses via email (subject: FA667020Q0002) NLT July�10, 2020 at 11:30 AM Eastern Standard Time (EST) to Cynthia Panasiewicz at Cynthia.Panasiewicz@us.af.mil. �Quotations must meet all instructions put forth in this solicitation. No phone calls will be accepted for this RFQ.� Any questions relating to this solicitation must be submitted in writing to the contracting office NLT 24 June 2020 at 4 pm EST. For questions, please contact Cynthia Panasiewicz at cynthia.panasiewicz@us.af.mil �and Mary Pyle Platts at mary.pyleplatts@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c7650ee21f724d6ba41cd2fa163248ea/view)
- Place of Performance
- Address: Niagara Falls, NY 14304, USA
- Zip Code: 14304
- Country: USA
- Zip Code: 14304
- Record
- SN05714530-F 20200710/200708230140 (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 |