Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2020 SAM #6860
SOLICITATION NOTICE

D -- Sole Source - Cox Internet Services

Notice Date
9/8/2020 4:33:30 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517311 — Wired Telecommunications Carriers
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018920Q0614
 
Response Due
11/9/2020 8:00:00 AM
 
Archive Date
11/24/2020
 
Point of Contact
Joseph Mulherin, Phone: 7574431381
 
E-Mail Address
Joseph.mulherin@navy.mil
(Joseph.mulherin@navy.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR 6.203, FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. This synopsis SHALL be posted on Beta.SAM (https://beta.sam.gov) The RFQ number is N00189-20-Q-0614. This synopsis documents and incorporates provisions and clauses in effect through FAC 2005-98 and DFARS Publication Notice 20180601.� 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 517311 and the Small Business Standard is 1500 employees. The NAVSUP Fleet Logistics Center Norfolk (FLCN), Norfolk, VA 23511-3392 intends to negotiate a firm fixed price contract for a portable calibration system in accordance with the attached statement of work. The services will be acquired in accordance with FAR 6.203, FAR Part 12 � Acquisition of Commercial Items and FAR Part 13 � Simplified Acquisition Procedures. The proposed contract action is for commercial services for wireless internet services for which the Government intends to award a sole source contract to Cox Rhode Island Telecom, Inc.. � The requests responses from qualified sources capable of providing: 12 months of wireless internet services for three detachments. The detachments are detailed below. � �(1) Newport, RI: 30,000 sqft training facility comprised of three concrete and brick buildings all three stories or less in height.� All of the below-mentioned locations will require the ability for multiple uses simultaneously except the individual offices.� These buildings currently have a fiber-optic line running into the building.� The building is currently wired with cat-5 to all locations.� Type of Room Number of Users Priority of Effort Classrooms (6) 75 per classroom 1 Auditorium 100 1 Mock Court Rooms (7) 25 per courtroom 1 Library 50 2 LPEP Study Room 25 2 Lounge 50 3 Computer Lab 25 3 Staff Office (64) 64 3 (2) Detachment San Diego, CA: 6000 sqft on a single floor of a concrete and brick building.� All of the locations will require the ability for multiple uses simultaneously except individual offices. Type of Room Number of Users Priority of Effort Classrooms (2) 75 per classroom 1 Computer Lab 25 2 Reception 10 2 Staff Office (6) 6 3 ��(3) Detachment Norfolk, VA: 6000 sqft on two floors of a concrete and brick building. Type of Room Number of Users Priority of Effort Classrooms (2) 75 per classroom 1 Computer Lab 50 2 Reception 3 2 Conference Room 3 3 Staff Office 5 3 The requested period of performance is 29 September 2020 to 28 September 2021.� Delivery is FOB Destination at the aforementioned locations. The following FAR provision and clauses are applicable to this procurement:� 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) 52.204-26 Covered Telecommunications Equipment or Services-Representation (Dec 2019) 52.212-1, Instructions to Offerors - Commercial Items (Deviation 2018-O0018); 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 (Aug 2020) including ����������������������� 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Oct 2015) 52.219-28 Post Award Small Business Program Rerepresentation (Mar 2020) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (April 2015) (i) 52.222-26 Equal Opportunity (Sept 2016) (i) 52.222-35 Equal Opportunity for Veterans (Oct 2015) (i) 52.222-36 Equal Opportunity for Workers w/ Disabilities (July 2014) 52.222-37 Employment Records on Disabled Veterans (Feb 2016) (i)52.222-50 Combating Trafficking in Persons (Jan 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13 Restriction on Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer - SAM (Oct 2018) 52.232-36 Payment by Third Party (May 2014) (A) 52.222-50 Combatting Trafficking in Persons (March 2015) (End of Clause 52.212-5) Quoters are reminded to include a completed copy of 52.212-3 and its ALT I, 52.204-24, and 52.204-26 with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:� DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sept 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sept 2013) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) This announcement will close at 1100 EST on 11 September 2020. Contact Joseph Mulherin who can be reached at joseph.mulherin@navy.mil or 757-443-1381. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote via email which shall be considered by the agency.� 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/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f68d9a4a94a941509d17f62a87e8082f/view)
 
Place of Performance
Address: DC, USA
Country: USA
 
Record
SN05789365-F 20200910/200908230150 (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.