Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2025 SAM #8545
SOLICITATION NOTICE

D -- Local Telecommunication Services

Notice Date
4/17/2025 12:16:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517111 —
 
Contracting Office
FA4830 23 CONS CC MOODY AFB GA 31699-1700 USA
 
ZIP Code
31699-1700
 
Solicitation Number
FA483025Q0027
 
Response Due
4/18/2025 9:00:00 AM
 
Archive Date
05/03/2025
 
Point of Contact
Vivian Pham, Phone: 2292574716, Gerard J. Entwisle, Phone: 2292572509
 
E-Mail Address
vivian.pham.3@us.af.mil, gerard.entwisle.2@us.af.mil
(vivian.pham.3@us.af.mil, gerard.entwisle.2@us.af.mil)
 
Description
**** AMENDMENT 3 **** Post revised Past Performance Questionairre at Attachment 5. **** AMENDMENT 2 **** Question and Answer Document are posted under attachments. **** AMENDMENT 1 **** Attachments 5 and 6 documents were missing and have been added under attachments. COMBINED SYNOPSIS/SOLICITATION FA4830-25-Q-0027 Description of Services: Local Area Telecommunications Services for Moody Air Force Base (AFB), GA in accordance with Attachment 2: Performance Work Statement (PWS). Place of Performance: Moody AFB, GA This is a combined synopsis and 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; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA483025Q0027 and it is issued as a Request for Quotation (RFQ). All References to �offer� or �offeror� in the clauses and provisions incorporated below are deemed to have the meaning of �quotation� and �quoter� respectively. Any quotation received in response to this RFQ is not binding until the contractor either signs the purchase order issued at time of award or starts of performance. This RFQ and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2025-03, DFARS Change 01/17/2025, and DAFFARS Change 10/16/2024. In accordance with FAR 52.219-1 the North American Industry Classification System (NAICS) is 517111. The small business size standard is 1,500 employees. The Government intends to award a single contract from this solicitation. This acquisition will be full and open competition. Period of Performance: The resulting contract from this solicitation will contain a twelve (12) month base period beginning 14 May 2025, and four (4), one year option periods. The breakout is listed below: Base Period: 14 May 2025 through 13 May 2026 Option 1: 14 May 2026 through 13 May 2027 Option 2: 14 May 2027 through 13 May 2028 Option 3: 14 May 2028 through 13 May 2029 Option Year 4: 14 May 2029 through 13 May 2030 All quoters must be System for Award Management (SAM) registered and the online representation and certification in SAM must be completed. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling 866-606- 8220, or 334-206-7828 for international calls. Quoters that reject the terms and conditions of the solicitation may be excluded from consideration. The below listed FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) clauses apply to this RFQ and will be incorporated into the resulting contract. All clauses may be viewed in full text via the internet at http://acquisition.gov. The Certificate of Compliance with Insurance Requirements at Attachment 3 also apply to the solicitation. Response Time: Quotations will be accepted electronically no later than 12:00 P.M. E.S.T. on Friday, 18 April 2025. All quotations shall be marked with the RFQ number and title. Email quotations shall be sent to both the primary and alternate points of contact identified below. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. Quotations shall contain the following information: RFQ Number; Time Specified for Receipt of Quotations; Name, Address, CAGE/DUNS, and Telephone Number of Quoter; Name and Email address of Representative authorized to discuss quote; Any Discount Terms; and Acknowledgement of all Solicitation Amendments (if applicable). Quotations shall also include the following required documentation: Price: Quoted prices must be submitted using the Pricing Schedule at Attachment 1. Quoters shall insert unit prices in the attached pricing schedule, rounded to the nearest cent (for example $0.02 not $0.0231). Quoters rejecting the terms and conditions may be excluded from consideration. Technical: The quoter must submit a technical approach that clearly demonstrates a complete and realistic plan to meet Service Summary 2.2 in the Performance Work Statement. Technical approach submission shall be no more than twenty (20) pages. Cutover for this site is: 30 days. The Contractor shall develop an initial Installation and Cutover Plan for submittal to the Government with their technical quote. Past Performance: The contractor may submit no more than three (3) past performance references. References should be for services similar in scope to this requirement that have occurred in the last five years prior to the closing date of the solicitation. References for past performance shall include a point of contact, their phone number, email address, name of the company, contract number (if applicable), initial contract cost and period of performance. Evaluation of past performance will also include past performance information obtained from any suitable source, such as Air Force automated past performance data bases (i.e. CPARS, PPIRS), direct local business experience with the quoter, or similar. Evaluation: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the quoter whose quotation is judged to represent the best value to the Government based on Price, Technical Factors, and Past Performance. Price: Evaluation of price will consider the total of the annual prices for all contract years (base plus all options, including a possible six-month extension), with each year�s price evaluated as the sum of the prices of all contract line items (CLINs) for that year. Each CLIN price will be evaluated as the quantity multiplied by the unit price, rounded to the nearest cent. A potential six-month extension IAW the clause FAR 52.217-8 will be evaluated at the pricing of the final option year divided by two. In the event of an extension under this clause, it will be exercised at the prices of the prior contract year. Technical: Evaluation of technical aspect will be the realistic plan to meet Service Summary of the Performance Work Statement. Evaluation will be evaluated as unacceptable or acceptable. Past Performance: The past performance will be evaluated as Acceptable or Unacceptable. Evaluation of past performance will also include past performance information obtained from any suitable source, such as Air Force automated past performance data bases (i.e. CPARS, PPIRS), direct local business experience with the quoter, or similar. No past performance or neutral past performance will be determined to be Acceptable. Evaluation of past performance will also include past performance information obtained from any suitable source, such as Air Force automated past performance data bases (i.e. CPARS, PPIRS), direct local business experience with the quoter, or similar. Past Performance will be evaluated as Acceptable or Unacceptable. No past performance or neutral past performance will be determined to be Acceptable. Once three (3) technically acceptable quotes are evaluated in which past performance is also acceptable, the evaluation of technical acceptability and past performance will cease. IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the offeror whose offer is judged to represent the best value to the Government based on price, technical acceptability, and past performance records. A site visit will be held on 8 April 2025 at 09:00 AM EST. If you wish to attend, fill out the Base Pass Request and email it to the contracting POCs no later than 2:00 PM EST 7 April 2025. Contractors are not required to attend the site visit to be eligible for competition, however, attendance is highly recommended to facilitate a thorough understanding of the project scope. Questions and Answers: Should you have any questions about this requirement, please submit them no later than 2:00 PM EST 10 April 2025, all questions must be submitted via email. Answers to all questions will be posted to SAM.gov when the government has generated any and all answers. Should an amendment be necessary to allow for additional time, this solicitation may be extended with a later quotation due date. Primary Point of Contact: Lt Vivian Pham, Email: vivian.pham.3@us.af.mil, Phone 229-257-4716 Alternate Point of Contact: Mr. Gerard Entwisle, Email: gerard.entwisle.2@us.af.mil, Phone: 229-257- 2509 Based upon the Local Telecommunication Services requirement, no wage determination is being issued. Therefore, in accordance with Title 29 C.F.R. Part 4, Section 4.6(d), the contractor is required to pay no less than the Federal minimum wage. ATTACHMENTS: Attachment 1 � Pricing Schedule Attachment 2 � Performance Work Statement, Local Telecommunications Services Attachment 3 � Required Insurance Compliance Attachment 4 � Base Pass Request Attachment 5 - Past and Present Performance Questionnaire Attachment 6 - Past Performance Information
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/756cb00bc5124c23894e69cc10812a5c/view)
 
Place of Performance
Address: Moody AFB, GA 31699, USA
Zip Code: 31699
Country: USA
 
Record
SN07412362-F 20250419/250417230043 (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.