Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2025 SAM #8472
SOLICITATION NOTICE

D -- Local and Long-Distance Telecommunication Services

Notice Date
2/4/2025 7:23:25 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517 —
 
Contracting Office
FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
 
ZIP Code
82005-2860
 
Solicitation Number
FA461325Q1010
 
Response Due
2/12/2025 9:00:00 AM
 
Archive Date
02/27/2025
 
Point of Contact
Amber Wiltanger, Donna Doss
 
E-Mail Address
amber.wiltanger@us.af.mil, donna.doss.1@us.af.mil
(amber.wiltanger@us.af.mil, donna.doss.1@us.af.mil)
 
Description
Amendment 1: Extend quotes due to date to 12 Feb 25 at 10am Extend questions due to date 6 Feb 25 at 10am Added clauses 252.237-7023 and 252.237-7024. Updated FAR 52.212-2 EVALUATION to include the submission of Attachment 6 - Mission Essential Plan Added Attachment 6 � Mission Essential Plan Added Attachment 5 � Questions and Answers Updated verbiage in 52.212-2(a) to �Quotes that do not include all requested information in FAR 52.212-1 and 52.212-2 will be considered nonresponsive.� Combined Synopsis/Solicitation Solicitation Number: FA461325Q1010 Purchase Description: Local and Long-Distance Telecommunication Services This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461325Q1010, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 517111, with a small business size standard of 1,500 employees. This solicitation will be posted to the SAM.gov web-site as Full and Open Competition. The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAC) 2025-03 effective 01/27/2025, Defense Federal Acquisition Regulation Supplement Change 12/18/2024 effective 12/18/2024 and Department of the Air Force Federal Acquisition Regulation Supplement Change 10/16/2024 effective 10/16/2024. DESCRIPTION OF ITEMS/SERVICES: Offeror must email amber.wiltanger@us.af.mil to request a copy of the Performance Work Statement. The Department of Defense (DoD) has issued a directive requiring that by March 2025, all existing legacy Time division multiplexing (TDM) telecommunication infrastructures must transition to Internet Protocol (IP). The transition to IP-based services must be completed before March 2025. For the transition and follow on service, the contractor will provide all labor, tools, facilities, materials, and services needed to provide essential local and long-distance telecommunication services (LTS) and features supporting F. E. Warren, AFB (FEW). This LTS will support the installation 24 hours a day/seven days a week/365 days a year (24/7/365). All applicable standards are listed in the PWS and its attachments. PLACE OF PERFORMANCE: Francis E. Warren AFB, WY 82005 Attachments: Attachment 1 � Provisions and Clauses Attachment 2 � Supplemental Provisions and Clauses Attachment 3 � Response Form Attachment 4 � Wage Determination Attachment 5 � Questions and Answers Attachment 6 � Mission Essential Plan Performance Work Statement will be provided upon request through email. Email must be sent to amber.wiltanger@us.af.mil and donna.doss.l@us.af.mil QUESTIONS DUE Questions shall be received no later than 6 February 2025 at 10:00 AM MST Mountain Standard Time (MST). Forward responses by e-mail to amber.wiltanger@us.af.mil and donna.doss.1@us.af.mil. RESPONSES/QUOTES Responses/quotes MUST be received no later than 12 February 2025 at 10:00 AM Mountain Standard Time (MST). Forward responses by e-mail to amber.wiltanger@us.af.mil and donna.doss.1@us.af.mil. This RFQ is not authorization to begin performance and in no way obligates the Government for any costs incurred by the contractor for this requirement. The Government reserves the right not to award a contract in response to this RFQ. Prior to commencement of any activities associated with performance of this requirement, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established. Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible for award. Pricing must include all work to performed IAW the PWS to include all outyear pricing CLIN 0001: Install Quantity: 1 Unit of Issue: Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0002: Reoccurring Monthly Services Quantity: 12 Unit of Issue: Months Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 1001: Reoccurring Monthly Services Quantity: 12 Unit of Issue: Months Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 2001: Reoccurring Monthly Services Quantity: 12 Unit of Issue: Months Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 3001: Reoccurring Monthly Services Quantity: 12 Unit of Issue: Months Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 4001: Reoccurring Monthly Services Quantity: 12 Unit of Issue: Months Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ INSTRUCTIONS TO OFFERORS: FAR 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (SEP 2023) FAR 52.212-1 is hereby tailored as follows: (1) Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. (2) After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. (3) The term �offeror� or �offer� as used in FAR 52.212-1 shall be understood to mean �quoter� and �quote,� respectively. Further, the term �award� shall be understood to describe the Government�s issuance of an order. (4) The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable. (5) Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows: (n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission: (1) Price quote which identifies the requested service to include base year and all options (2) Total Firm Fixed price (3) Any Discount Terms (4) Ability to meet the requested Period of Performance (5) Technical Submission Requirements (specified in FAR 52.212-2 below) (6) Cage Code and/or Unique Entity ID (7) Cover page to include: (i) Company Name (ii) Physical Address (iii) Point of Contact (iv) Phone number (v) Email address (vi) Business Type (8) Completed attachment 3 � response form FAR 52.212-2 EVALUATION -- COMMERCIAL ITEMS (NOV 2021) FAR 52.212-2 is hereby tailored as follows: (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 representing the best value with price and other factors considered. Government has determined that best value is expected to result from selection of the technically acceptable offer with the lowest Total Evaluated Price (TEP); therefore, Government will evaluate offers based on lowest price technically acceptable (LPTA). Award will be made on the basis of the lowest TEP of offerors meeting or exceeding the acceptability standards for non-price factors. Quotes that do not include all requested information in FAR 52.212-1 and 52.212-2 will be considered nonresponsive. The following factor(s) shall be used to evaluate offers: (i) Technical capability: 1. F.E Warren SIP Design 2. Voice Rate Sheet 3. Capability Statement: including capability and approach to addressing site-specific requirements described in Appendix 1 described in detail 4. Organizational Structure and Roles: including principal points of contact at the corporate and site-specific levels 5. Service Level Agreements (SLAs) and Key Performance Indicators (KPIs) 6. Risk Management Plan: including emergency response procedures to outages IAW the PWS mandated timeframes 7. Cutover plan that, at a minimum, contains the following site-specific information: a. A detailed Implementation Plan in working days to complete requirements listed in PWS as site-specific (see Appendix 1). The use of a Gantt or Milestone chart to illustrate your plan is suggested. b. Conditions/Support required prior to the start of cutover (ii) Past Experience: Offer must provide at least three (3) government contracts/projects within the last four (4) years that show the capability to provide local access to designated circuit demarcation point(s) and provide and install transmission equipment and cables for local exchange access and transport service circuits to Government-provided floor space at Government demarcation location(s) by providing the following: Contract Number Place and Period of Performance Description of services Contract/customer POC: name, phone number, and email (iii) Mission Essential Plan: Offeror must provide a completed copy of Attachment 6 � Mission Essential Plan (iv) Price: Award will be made to the lowest priced technically acceptable. No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. (b) The Government will evaluate quotes in accordance with the following evaluation criteria: (i) The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government�s best interest to do so. (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. (End of Provision)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7350033f85c44aa9990b1d689da83f38/view)
 
Place of Performance
Address: WY 82005, USA
Zip Code: 82005
Country: USA
 
Record
SN07331775-F 20250206/250204230029 (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.