Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 24, 2021 SAM #7267
SOLICITATION NOTICE

D -- Alaska Hospital Television Subscription

Notice Date
10/22/2021 2:13:30 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
515210 — Cable and Other Subscription Programming
 
Contracting Office
0413 AQ HQ CONTRACT AUG FORT SHAFTER HI 96858-5100 USA
 
ZIP Code
96858-5100
 
Solicitation Number
W912CN-22-Q-0004
 
Response Due
11/4/2021 1:00:00 PM
 
Archive Date
11/19/2021
 
Point of Contact
Briana M. Watkins, Phone: 253-363-5138, SSG Chia Chen, Phone: 808-787-5581
 
E-Mail Address
briana.m.watkins.civ@mail.mil, chia.h.chen.mil@army.mil
(briana.m.watkins.civ@mail.mil, chia.h.chen.mil@army.mil)
 
Description
Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Competitive quotes are being requested under Request for Quote (RFQ) Number W912CN-22-Q-0004. (iii) This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular FAC 2021-07, Effective: September 10, 2021 (iv) The North American Industry Classification System (NAICS) code applicable to this acquisition is 515210, Cable and Other Subscription Programming. The small business size standard is $41.5 million. This procurement is issued as full and open competition. (v) A list of contract line item number(s) and items, quantities, and units of measure: Clin: 0001 Description OF REQUIREMENTS: CABLE MONTHLY SERVICES FEES EXTENDED DESCRIPTION: The Contractor shall provide cable subscription in accordance with the attached SOW. Specific services are provided in the SOW. QTY: 12 Unit of Issue: Month Unit Price: _________________ Extended Price:_____________ Clin: 0002 Description OF REQUIREMENTS: SYSTEM SETUP & CONFIGURATION FFP EXTENDED DESCRIPTION: The Contractor shall provide setup and installation, if necessary, in accordance with the attached SOW. Specific tasks and services are provided in the SOW. QTY: 1 Unit of Issue: Each Unit Price: _________________ Extended Price:_____________ Clin: 1001 Description OF REQUIREMENTS: CABLE MONTHLY SERVICES FEES EXTENDED DESCRIPTION: The Contractor shall provide cable subscription in accordance with the attached SOW. Specific services are provided in the SOW. QTY: 12 Unit of Issue: Month Unit Price: _________________ Extended Price:_____________ Clin: 2001 Description OF REQUIREMENTS: Cable MONTHLY SERVICES FEES EXTENDED DESCRIPTION: The Contractor shall provide cable subscription in accordance with the attached SOW. Specific services are provided in the SOW. QTY: 12 Unit of Issue: Month Unit Price: _________________ Extended Price:_____________ To be considered acceptable and eligible for award, quotes must be complete and including all of the items and services in accordance with the attached SOW.� The Government will not consider quotes or offers for partial items or quantities. �(vi) Contractors shall review the Statement of Work for the full description of requirements. �(vii) Date(s) and place(s) of delivery and acceptance and FOB point: The expected Period of Performance for this effort is: November 8, 2021 � November 7, 2022 with two additional option periods of November 8, 2022 � November 7, 2023, and November 8, 2023 � November 7, 2024. �The place of performance for the effort is listed below in the delivery schedule.�� �Installation Services and Subscription Services to be provided at the following location with terms FOB: Destination CLIN 0001 � BASSET ARMY COMMUNITY HOSPITAL (WC1JXM) BASSETT ARMY COMMUNITY HOSPITAL 4076 NEELY ROAD FORT WAINWRIGHT AK 99703 CLIN 0002 � BASSET ARMY COMMUNITY HOSPITAL (WC1JXM) BASSETT ARMY COMMUNITY HOSPITAL 4076 NEELY ROAD FORT WAINWRIGHT AK 99703 CLIN 1001 � BASSET ARMY COMMUNITY HOSPITAL (WC1JXM) BASSETT ARMY COMMUNITY HOSPITAL 4076 NEELY ROAD FORT WAINWRIGHT AK 99703 CLIN 2001 � BASSET ARMY COMMUNITY HOSPITAL (WC1JXM) BASSETT ARMY COMMUNITY HOSPITAL 4076 NEELY ROAD FORT WAINWRIGHT AK 99703 (viii) OFFEROR INSTRUCTIONS � The provision at 52.212-1, Instructions to Offerors � Commercial Items (JUL 2021), applies to this acquisition.� The Government intends to award a Firm-Fixed-Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government as defined in the �Evaluation Factors for Award� Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is �None� or �Not applicable,� explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: � General Information: Offeror Business Name, Address, Cage, and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contact (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. � Technical Documentation: Technical Approach or Specifications: The quote must address and meet all technical specifications of the SOW, and include a vendor channel list. Price Quote: Submit complete pricing for each CLIN listed in the �description of requirements� Section above to include the unit price and the extended price for each line item and a total price in US Dollars ($). � Commercial Warranty: Provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. (ix) Evaluation Factors for Award: The specific evaluation criteria included are price and technical as defined below: Factor I � Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes and all associated service costs as outlined in paragraph 3 above. Factor II � Technical: The Government will evaluate the technical factor to determine if the cable package offered provides a minimum of 80% (32 Channels) of the preferred channel listing identified in the Statement of Work. �The quote provided should show the applicable cable channels offered. **Basis for Award: The Government intends to award a firm-fixed-price contract resulting from competitive quotes received in response to this solicitation. The quote will be evaluated for a fair and reasonable price. The award decision will be based on the lowest priced responsible offeror meeting solicitation requirements, such as terms and conditions, salient characteristics, representations, and certifications in order to be eligible for award.� The vendor must be registered in the System for Award Management (SAM). The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. (x) Site Visit. The Government will hold a site visit at Bassett Army Community Hospital, 4076 Neely Road, Fort Wainwright, AK 99703 on Monday, 1 November 2021 beginning at 10:00AM. Attendance is at the offeror�s expense. All interested firms may attend with a limit of two (2) attendees per firm. Please submit, in writing, the names of attendees and any questions about the site visit they may have in advance by e-mail to briana.m.watkins.civ@mail.mil and chia.h.chen.mil@army.mil �ATTN: W911S8-22-Q- 0004� prior to 1:00PM HST 28 October 2021. In accordance with ACC Contracting Note #20-40 � Department of Defense (DoD) Guidance on the Use of Cloth Face Coverings, face coverings are mandatory and maintaining 6 foot social distancing rules will be strictly adhered to during the site visit. Individuals are unable to adhere to these rules, may be excused from the site visit. Offerors are urged and expected to inspect the site where the work will be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. The purpose of this site visit is to eliminate any possible misunderstandings of the terms of the solicitation. Remarks and explanations at the conference shall not qualify the terms of the solicitation and specifications. Unless the solicitation is amended in writing, it will remain unchanged. In no event shall failure to inspect the site constitute grounds for a claim or adjustment after contract award. To gain access to Fort Wainwright, if you do not have a contractor�s badge, you must obtain a visitor�s pass from the Visitor�s Center immediately outside the Main Gate. At the Visitor�s Center service window, state that you need a one (1)-day pass to attend a meeting at the Bassett Army Community Hospital, 4076 Neely Road, Fort Wainwright, AK 99703. For a one (1)-day pass, no prior arrangements are necessary and have not been made. Allow plenty of time to process through the Visitor�s Center because it can be busy. To obtain the vehicle pass, the driver of the vehicle must present a valid driver�s license with picture, proof of current vehicle insurance, and valid vehicle registration. All passengers in the vehicle must also enter the Visitor�s Center and present a photo ID. Each passenger�s name will be entered on the vehicle pass in addition to the driver�s name. At the Main Gate entrance, guard personnel will check the vehicle pass along with the photo IDs of the driver and all passengers. If you are unable to locate the Hospital, please contact Ms. Dawn Davids at Office: 907-361-5566 or email: dawn.m.davids.civ@mail.mil. If no RSVPs are received, the site visit will be canceled. No amendment to the solicitation will be posted. No other site visits will be scheduled or authorized. (xi) Offerors must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. (xii) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition. (xiii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JULY 2021), applies to this acquisition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations. The following additional FAR clauses and provisions are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (Oct 1995) 52.204-7 System for Award Management (OCT 2016) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) 52.204-26 Covered Telecommunications Equipment or Services-Representation. 52.209-2� Prohibition On Contracting With Inverted Domestic Corporations--Representation (NOV 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.217-9 Option to Extend the Term of the Contract. (Mar 2000) 52.219-28, Post Award Small Business Program Representation 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Oct 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. ������������� (OCT 2015) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Jul 2013) 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-1 Site Visit (APR 1984) 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference The following additional DFARS clauses are applicable to the acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation (DEC 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (MAY 2021) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021) 252.223-7008 Prohibition of Hexavalent Chromium (June 2013) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems.� (DEVIATION 2020-O0015) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation.� (DEVIATION 2020-O0015) 252.225-7974 Representation Regarding Business Operations with the Maduro Regime (DEVIATION 2020-O0005) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work-Flow Payment Instructions 252.232-7010 Levies on Contract Payments 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites Representation (DEVIATION 2021-O0003) (April 2021) 252.244-7000 Subcontracts for Commercial Items 252.246-7008 � Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea, Basic (xiv) The following additional contract requirement(s) or terms and conditions apply to this acquisition. Attachment 1 - Statement of Work (xv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement. (xvi) DUE DATE AND SUBMISSION INFORMATION � Formatting Requirements: Submit quotes in electronic PDF. � Questions Due Date and Submission Requirements: All questions must be received before Nov 2, 2021 @ 1400HRS, Hawaii Time. Questions must be e-mailed to briana.m.watkins.civ@mail.mil. �Include RFQ# W912CN-22-Q-0004 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on Nov 4, 2021 @ 1000hrs Hawaii Time.�� � (xvii) Government RFQ Point of Contract: The point of contact for this solicitation is Contract Specialist Briana Watkins at briana.m.watkins.civ@mail.mil.� Reference RFQ# W912CN-22-Q-0004 on all email exchanges regarding this acquisition.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/709ff3e4e8f9438fb4741500b91db1e8/view)
 
Place of Performance
Address: Fort Wainwright, AK 99703, USA
Zip Code: 99703
Country: USA
 
Record
SN06162737-F 20211024/211023201356 (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.