Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2024 SAM #8137
SOLICITATION NOTICE

D -- Local Telecommunication Services (LTS)

Notice Date
3/6/2024 1:03:52 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517111 —
 
Contracting Office
W7NE USPFO ACTIVITY MAANG 104 WESTFIELD MA 01085-1482 USA
 
ZIP Code
01085-1482
 
Solicitation Number
W50S8124QA012
 
Response Due
3/22/2024 11:00:00 AM
 
Archive Date
04/06/2024
 
Point of Contact
Bradford Erdmann, Phone: 4135721593, Freeman Knowlton
 
E-Mail Address
104.fw.msc@us.af.mil, 104.fw.msc@us.af.mil
(104.fw.msc@us.af.mil, 104.fw.msc@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i)�This is a combined synopsis/solicitation�for�commercial products�or�commercial services�prepared in accordance with the format in�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. (ii)�The�solicitation�number is W50S8124QA012, is hereby issued as a Request for Quote (RFQ) for Local Telecommunication Services (LTS) at Barnes Air National Guard in Westfield, MA. A contract will be awarded without discussions as a single, Firm-Fixed Price (FFP) award utilizing FAR Part 13, Simplified Acquisition Procedures. (iii)�This solicitation document incorporates provisions and clauses for are those in effect through Federal�Acquisition�Circular 2024-03, dated 02/23/2024 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 01/22/2024. It is the contractor's responsibility to become familiar with applicable clauses and provisions by visiting https://www.acquisition.gov/. (iv)�This solicitation is a 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) is 517111; Small Business Size Standard of 1,500 employees. (v)�List of Contract Line Item Numbers (CLIN) CLIN 0001 � Local Telecommunication Services (LTS) � Base Year,�Quantity � 12, Unit of Issue � Months CLIN 1001 � Local Telecommunication Services (LTS) � Option Period 1,�Quantity � 12, Unit of Issue � Months CLIN 2001 � Local Telecommunication Services (LTS) � Option Period 2,�Quantity � 12, Unit of Issue � Months CLIN 3001 � Local Telecommunication Services (LTS) � Option Period 3, Quantity � 12,�Unit of Issue � Months CLIN 4001 � Local Telecommunication Services (LTS) - Option Period 4, Quantity � 12, Unit of Issue � Months (vi)�Description of Requirement; (See attachment PWS ""104FW LTS PWS"") Local Telecommunications Service to include Long Distance. This requirement will provide essential local area Telecommunications Services (LTS), long distance trunking supporting Barnes ANGB, Westfield, MA. This requirement will re-home existing Local Telecommunication Services (LTS) that are currently provided on a low-speed time-division multiplexed (LSTDM) circuit with emulated session initiation protocol (SIP) trunks. All connectivity requirements and features currently transported over the existing LSTDM must be migrated over so that transition can occur without any loss of capability. This PWS is for managed SIP trunks. Site specific equipment connectivity requirements are identified in Appendix 1, along with required features. This LTS will support the installation 24 hours a day/seven days a week/365 days a year (24/7/365). The Contractor shall provide all labor, tools, facilities, materials, and services needed to perform and provide local access to the designated circuit demarcation point(s) identified in Appendix 1 of this PWS. These services shall include any equipment, wiring, or infrastructure to ensure the Contractor�s proposed solution is compatible with the Government�s current infrastructure without additional Government expenses. Access to the local exchange shall also include operator assistance functions. These services shall not include residential or business services for non-Government entities or Government contractors. The Contractor shall follow all Federal Communications Commission (FCC), Public Utility Commission (PUC), Department of Defense (DoD), AF, and industry standards for this requirement. The Contractor shall provide and install transmission equipment and cables for local exchange access and transport service circuits to the Government-provided floor space at the Government demarcation location(s) identified in Appendix 1. The Contractor shall connect to Government-provided power connection points and termination frames. The Contractor shall coordinate with the Government Point of Contact (POC) (primary and alternate names, emails, and telephone numbers shall be provided by the Government No Later Than (NLT) five days after contract award) prior to any installation. The Government does not authorize aerial cable installations. (vii)�LTS to be provided to Barnes ANGB, Westfield, MA per the PWS. Performance will be an initial Base Year plus four (4) follow-on option periods. CLIN 0001 will be a base period of one (1) year to start at the NLT 30 days ADC. (viii)�Provision�52.212-1, Instructions to�Offerors-Commercial Products�and�Commercial Services, applies to this�acquisition. (See attached SF-18 for full list of applicable provisions and clauses.)� Addendum to FAR 52.212-1: (a)�North American Industry Classification System (NAICS) code and small business size standard.�The NAICS code(s) and small business size standard(s) for this�acquisition�appear elsewhere in the�solicitation. (b)�Submission of�offers. Submit signed and dated�offers�to the office specified in this�solicitation�at or before the exact time specified in this�solicitation.�Offers�may�be submitted on, SF 18, letterhead stationery, or as otherwise specified in the�solicitation. As a minimum,�offers�must�show� (1)�The�solicitation�number;�W50S8124QA012 (2)�The time specified in the�solicitation�for receipt of�offers on Block 10 of the SF 18. (3)�Must include the following information: Company Name & Address, Point of Contract, Telephone, Email, Cage Code, DUNS Number, and Business Size. For your convenience, a CLIN schedule with the required fields is attached with this solicitation. (4)�A technical narrative of the company's capacity to meet the serives described in the attached PWS ""104FW LTS PWS"". The narrative must be�in sufficient detail to evaluate compliance with the requirements in the�solicitation. This�may�include product literature, or other documents, if necessary. (5)�Terms of any express�warranty. (6)�Price and any discount terms. Payment terms are 30 days after submission if not specified. (7)�""Remit to"" address, if different than mailing address or address in entity information on SAM.gov. (8)�A completed copy of the representations and certifications at Federal�Acquisition�Regulation (FAR)�52.212-3�(see FAR�52.212-3(b) for those representations and certifications that the�offeror�shall�complete electronically); If completed in SAM.gov, the contractor does not need to provide this with the quote. (9)�Acknowledgment of�Solicitation�Amendments. (c)�Period for acceptance of�offers. The�offeror�agrees to hold the prices in its�offer�firm until 30 September 2024 if not time is specified in the quote, unless another time period is specified in an addendum to the�solicitation. (d)�RESERVED (e)�Multiple�offers.�Offerors�are encouraged to submit multiple�offers�presenting alternative terms and conditions, including alternative�line items�(provided that the alternative�line items�are consistent with FAR�subpart� 4.10), or alternative�commercial products�or�commercial services�for satisfying the requirements of this�solicitation. Each�offer�submitted will be evaluated separately. (f)�Late submissions, modifications, revisions, and withdrawals of�offers. (1)�Offerors�are responsible for submitting�offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the�solicitation�by the time specified in the�solicitation. (2)� (i)�Any�offer, modification, revision, or withdrawal of an�offer�received at the Government office designated in the�solicitation�after the exact time specified for receipt of�offers�is ""late"" and will not be considered unless it is received before award is made, the�Contracting Officer�determines that accepting the late�offer�would not unduly delay the�acquisition; and- (A)�If it was transmitted through an�electronic commerce�method authorized by the�solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working�day�prior to the date specified for receipt of�offers; or (B)�There is acceptable evidence to establish that it was received at the Government installation designated for receipt of�offers�and was under the Government�s control prior to the time set for receipt of�offers; or (ii)�However, a late modification of an otherwise successful�offer, that makes its terms more favorable to the Government, will be considered at any time it is received and�may�be accepted. (3)�RESERVED (4)�If an�emergency�or unanticipated event interrupts normal Government processes so that�offers�cannot be received at the Government office designated for receipt of�offers�by the exact time specified in the�solicitation, and urgent Government requirements preclude amendment of the�solicitation�or other notice of an extension of the closing date, the time specified for receipt of�offers�will be deemed to be extended to the same time of�day�specified in the�solicitation�on the first work�day�on which normal Government processes resume. (5)�Offers�may�be withdrawn by written notice received at any time before the exact time set for receipt of�offers. Oral�offers�in response to oral�solicitations�may�be withdrawn orally. If the�solicitation�authorizes facsimile�offers,�offers�may�be withdrawn via facsimile received at any time before the exact time set for receipt of�offers, subject to the conditions specified in the�solicitation�concerning facsimile�offers. An�offer�may�be withdrawn in person by an�offeror�or its authorized representative if, before the exact time set for receipt of�offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the�offer. (g)�Contract award. The Government intends to evaluate�offers�and award a contract without discussions with�offerors. Therefore, the�offeror�s initial�offer�should�contain the�offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the�Contracting Officer�to be necessary. The Government�may�reject any or all�offers�if such action is in the public interest; accept other than the lowest�offer; and waive informalities and minor irregularities in�offers�received. (h)�Multiple awards. The Government�may�accept any item or group of items of an�offer, unless the�offeror�qualifies the�offer�by specific limitations. Unless otherwise provided in the Schedule,�offers�may�not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the�offeror�specifies otherwise in the�offer. (i)�RESERVED (j)�Unique entity identifier.(Applies to all�offers�that exceed the�micro-purchase threshold, and�offers�at or below the�micro-purchase threshold�if the�solicitation�requires the Contractor to be�registered in the System for Award Management (SAM).) The�Offeror�shall�enter, in the block with its name and address on the cover page of its�offer, the annotation ""Unique Entity Identifier"" followed by the�unique entity identifier�that identifies the�Offeror's name and address. The�Offeror�also�shall�enter its�Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the�unique entity identifier. The suffix is assigned at the discretion of the�Offeror�to establish additional SAM records for identifying alternative EFT accounts (see FAR�subpart� 32.11) for the same entity. If the�Offeror�does not have a�unique entity identifier, it�should�contact the entity designated at�www.sam.gov�for�unique entity identifier�establishment directly to obtain one. The�Offeror�should�indicate that it is an�offeror�for a Government contract when contacting the entity designated at�www.sam.gov�for establishing the�unique entity identifier. (k)�RESERVED (l)�RESERVED (ix)�Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition.�(See attached SF-18 for full list of applicable provisions and clauses.)� Addendum to FAR 52.212-2 (a)�The Government will award a contract resulting from this�solicitation�to the responsible�offeror�whose�offer�conforming to the�solicitation�will be most advantageous to the Government, price and other factors considered. The following factors�shall�be used to evaluate�offers: Technical Capability, Price, and Past Performance where Price is as important as Technical Capabilities and Past Performance. Per addendum 52.212-1(b)(4), technical capability is defined as:�A technical narrative of the company's capacity to meet the serives described in the attached PWS ""104FW LTS PWS"". The narrative must be�in sufficient detail to evaluate compliance with the requirements in the�solicitation. This�may�include product literature, or other documents, if necessary (b)�Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c)�A written notice of award or acceptance of an�offer, mailed or otherwise furnished to the successful�offeror�within the time for acceptance specified in the�offer,�shall�result in a binding contract without further action by either party. Before the�offer�s specified expiration time, the Government�may�accept an�offer�(or part of an�offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)�Include a completed copy of the provision at�52.212-3,�Offeror�Representations and Certifications-Commercial Products�and�Commercial Services, with your�offer. If completed in SAM.gov, the contractor does not need to provide this with the quote.�(See attached SF-18 for full list of applicable provisions and clauses.)� (xi)�Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.�(See attached SF-18 for full list of applicable provisions and clauses.)� (xii)�Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Clauses and provisions are incorporated by reference and by full text are listed below. FAR and DFARS clauses and provisions can be read in their full text at https://www.acquisition.gov/. The clauses are to remain in full effect in any resultant award. It is the contractor's responsibility to become familiar with the applicable provisions and clauses.�(See attached SF-18 for full list of applicable provisions and clauses.)� (xiii)�IAW FAR 52.204-16, prospective awardees shall have an active Cage Code prior to award of a Government contract. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/SAM/. All vendors interested and capable of obtaining contract award must be registered with the Wide Area Work Flow (WAWF) located at https://piee.eb.mil/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. (xiv)�Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition. (xv)�Quotes must be submitted via email no later than IAW Addendum to FAR 52.212-1, paragraph B.2. to 104.fw.msc@us.af.mil with solicitation number W50S81-24-Q-A002 in the subject line. Requests for Information (RFI) concerning this requirement must be submitted in writing to the email listed above NLT COB 12 March 2024. ***The Government will not answer questions via telephone. (xvi)�Questions concerning this soliciting should be directed to MSgt Bradford Erdmann at 104.fw.msc@us.af.mil. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference and by full text. FAR and DFARS clauses and provisions can be read in their full text at https://www.acquisition.gov/.� The clauses are to remain in full force in any resultant contract.� It is the contractor�s responsibility to become familiar with the applicable provisions and clauses.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9a9f27d6b6304645a166002ba17646bb/view)
 
Place of Performance
Address: Westfield, MA 01085, USA
Zip Code: 01085
Country: USA
 
Record
SN06987389-F 20240308/240306230046 (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.