SOLICITATION NOTICE
D -- Local Exchange Services for the Rock Island Arsenal, IL.
- Notice Date
- 4/14/2025 10:22:26 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517111
—
- Contracting Office
- W6QK ACC-APG CONT CT SW SECTOR FORT HUACHUCA AZ 85613-5000 USA
- ZIP Code
- 85613-5000
- Solicitation Number
- W91RUS25Q0018
- Response Due
- 6/13/2025 10:00:00 PM
- Archive Date
- 06/28/2025
- Point of Contact
- Scot Stedman, Phone: 5715881762
- E-Mail Address
-
scot.c.stedman.civ@army.mil
(scot.c.stedman.civ@army.mil)
- Description
- (ii) The solicitation number is W91RUS25Q0018. This solicitation is a Request for Quote (RFQ) IAW FAR Parts 12 and 13. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03. (iv) The applicable NAICS code is 517111 and the small business size standard is less than 1500 employees. This acquisition is not set-aside for small businesses. (v) The contract line item numbers and items, quantities and unit of issue are identified on the attached Pricing Schedule. The contract scope and requirements are described in the attached Statement of Work (SOW). The Statement of Work is available under the attachments section below. (vi) This Request for Quote (RFQ) is for the local voice and data circuits listed in Appendix 10 of the Statement of Work for Rock Island Arsenal, IL. (vii) Performance Periods: Installation/Cut-Over (CLIN 0001) Base Year, 12 months (CLIN 0002) (viii) Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition including the following addendum: 52.212-1 Addendum (b) Submission of Offers. (13) Quotations will only be accepted from facilities-based incumbent and competitive local exchange carriers certified by the State of Illinois to provide local exchange services. (14) Submit quotations via e-mail to the Contracting Officer not later than the response date and time specified in the announcement. (15) Submit the following with each quotation: Contracting Information (A) The Unique Entity Identifier (UEI) number of the Offeror registered in the System for Award Management (SAM). (B) Proof the Offeror is a facilities-based carrier certified to provide local exchange services within the State of Illinois. Quotations will only be accepted from facilities-based carriers certified to provide local exchange services. (ii) Pricing. Submit a completed copy of the attached price quotation spreadsheet including the Offeror's prices and all applicable taxes, fees and surcharges. Unit prices must be limited to two decimal places. Identify non-priced SLINs by entering NSP or NC in the unit price. The US Army is a Federal Government entity, and as such, is exempt from certain taxes. Offerors must identify and include the quantity and amounts of all applicable taxes, fees and surcharges on the Pricing Schedule. Quotations should not include any taxes from which the Federal Government is exempt. (ii) Technical Solution. A detailed narrative and network diagram describing the Offeror's facilities, network, and infrastructure to deliver all of the circuits in the Statement of Work to the demarcation locations. Technical solutions that do not include all of the circuits required in the Statement of Work will not be accepted. Long distance charges are not within scope of this requirement and technical solutions that do not allow the US Army to designate DISA's mandatory long distance provider as the primary interchange carrier (PIC) in accordance with the Statement of Work are not technically acceptable. (iii) Past Performance Information. Provide information from recent contracts performed within the last three (3) years, which are considered relevant in demonstrating ability to perform local exchange services involving similar scope, magnitude of effort, and complexities as the services described in this solicitation. Include the following administrative data for each referenced contract submitted: Offeror's company name; contracting agency; contract number; brief description of contract; contract type (i.e., fixed price, time and material, etc.); period of performance, identification of any significant achievements or past problems and resolution; and name, address, telephone number, and email address of program manager and Contracting Officer. Period of Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 90 days from the date specified for receipt of quotations. Multiple awards. This award shall be made on an all or none basis. Offerors must provide a quotation to provide ALL of the circuits in the Statement of Work, Appendix 10. Quotations that do not include all of the circuits required in the Statement of Work will not be considered. End of 52.212-1 Addendum (viiii) Provision 52.212-2, Evaluations, applies to this acquisition including the following addendum: Addendum to FAR 52.212-2 (a) The Government will award a firm-fixed price contract 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: Price The total amount for the base year and all option years will be evaluated from the Pricing Schedule. Technical Capability - Acceptable is defined as a quotation that clearly meets the minimum requirements of the solicitation. Unacceptable is defined as a quotation that does not clearly meet the minimum requirements of the solicitation. Past Performance - The Government will conduct an evaluation and review of all recent past performance data obtained to determine how closely the work performed under these efforts relates to the proposed effort and how well that work was performed. The Offeror shall consider the requirements contained in FAR Clauses 52.212-1 when submitting their past performance references. Past performance shall be evaluated based on how recent, relevant and the quality of services rendered. To consider relevancy and quality the past performance evaluation will consider all aspects of an offerors' past performance. For purposes of this evaluation, recent is defined as contracts performed within the past three (3) years from the issuance date of the solicitation. This factor will be rated as Acceptable or Unacceptable. Acceptable is defined as the pass performance clearly meets the minimum requirements of the solicitation. Unacceptable is defined as the past performance does not clearly meet the minimum requirements of the solicitation. (x) Offerors are encouraged to complete all Representations and Certifications electronically at the System for Award Management website located at URL https://sam.gov/ . If not completed on-line, Offerors must include a completed copy of the provisions at FAR 52.212-3, which can be obtained at https://www.acquisition.gov/browse/index/far, FAR Part 52 or online at https://sam.gov/. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition to include the following addenda: 52.212-4 Addendum (w) Continuity of Services and Option to Extend Telecommunication Services. (1) For all services required on this contract, the contractor shall continue to provide services until a release date is established by the Government as a result of competition (cutover complete) or termination (including termination for cause or government convenience). (2) The Contractor recognizes that the services under this contract are vital to the Government and must be continued without interruption and that, before contract expiration, a successor, either the Government or another Contractor, may continue them. The Contractor agrees to - (i) Provide transitioning of services during cutover period without termination liability charges; (ii) Exercise its best efforts and cooperation to effect an orderly and efficient transition. The Contractor shall (i) Provide transitioning of services during cutover period without termination liability charges; (ii) Exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor; and (iii) Notify the Government of any services not cutover after contract expiration. End of 52.212-4 Addendum (xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. In addition, the following FAR/DFARS/AFFARS clauses/provisions, either by reference or full text, apply (clauses may be obtained via the internet at https://www.acquisition.gov/browse/index/far): 52.201-1 Acquisition 360: Voluntary Survey. 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. 52.204-7 System for Award Management. 52.204-13 System for Award Management Maintenance. 52.204-16 Commercial and Government Entity Code Reporting. 52.204-18 Commercial and Government Entity Code Maintenance. 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities. 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. 52.204-27 Prohibition on a ByteDance Covered Application. 52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures. 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. 52.217-8 Option to Extend Services. 52.222-50 Combating Trafficking in Persons. 52.223-5 Pollution Prevention and Right-to-Know Information. 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation. 52.225-13 Restrictions on Certain Foreign Purchases. 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 52.233-3 Protest after Award. 52.233-4 Applicable Law for Breach of Contract Claim. 52.237-3 Continuity of Services. 252.201-7000 Contracting Officer's Representative. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation. 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. 252.204-7024 Notice on the Use of the Supplier Performance Risk System. 252.222-7002 Compliance with Local Labor Laws (Overseas). 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States. 252.225-7055 Representation Regarding Business Operations with the Maduro Regime. 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.232-7006 Wide Area WorkFlow Payment Instructions. 252.232-7007 Limitation of Government's Obligation. 252.232-7010 Levies on Contract Payments. 252.233-7001 Choice of Law (Overseas). 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. 252.239-7002 Access. 252.239-7004 Orders for Facilities and Services. 252.239-7007 Cancellation or Termination of Orders. 252.244-7000 Subcontracts for Commercial Products or Commercial Services. 52.252-1, Solicitation Provisions Incorporated by Reference, Feb 1998. For purposes of this provision, the fill-in is completed as follows: https://www.acquisition.gov/browse/index/far 52.252-2, Clauses Incorporated by Reference, Feb 1998. For purposes of this clause, the fill-in is completed as follows: https://www.acquisition.gov/browse/index/far
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cb235234ad6c4b38925fe301f0c533ae/view)
- Place of Performance
- Address: Rock Island, IL 61299, USA
- Zip Code: 61299
- Country: USA
- Zip Code: 61299
- Record
- SN07407389-F 20250416/250414230047 (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 |