DOCUMENT
D -- Operation and Maintenance of multiple communications facilities operating under Naval Computer and Telecommunications Area Master Station Pacific (NCTAMS PAC). - Attachment
- Notice Date
- 2/17/2012
- Notice Type
- Attachment
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- Solicitation Number
- N0060411R3006
- Archive Date
- 10/1/2012
- Point of Contact
- Jason H. Thomas (808) 473-7564 Greg Lung (808)473-7679
- Small Business Set-Aside
- Partial Small Business
- Description
- The NAVSUP Fleet Logistics Center Pearl Harbor (FLCPH) Regional Contracting Department intends to issue a Request for Proposals (RFP) for the Operation and Maintenance of multiple communications facilities operating under Naval Computer and Telecommunications Area Master Station Pacific (NCTAMS PAC). This is a follow on effort for the following contracts and task orders: N00604-08-C-0002 N00244-11-C-0028 W91QUZ-06-D-0018 NQ02 W91QUZ-07-D-0003 NQ01 W91QUZ-07-D-0003 1F02 The programs supported by the proposed contract(s) include, but are not limited to: Fixed Submarine Broadcast System (FSBS) High Frequency Global Communications System (HFGCS) Ballistic Missile Defense System (BMDS) Global Broadcast Service (GBS) TELEPORT, Defense Satellite Communications Systems (DSCS) Defense Information Systems Agency (DISA) Standard Tactical Entry Point (STEP) Promina nodes Ka Band Satellite Transmit & Receive System (KA STARS) Tactical Support Communications (TSCOMM) Surveillance Towed Array Sensor System (SURTASS) Global Command and Control System (GCCS) Information Technology (IT) Support Regional Top Level Architecture (R TLA) Rapid Attack Identification Detection & Reporting System (RAIDRS) Mobile User Objective System (MUOS), and Information Management Support (IMS) The RFP will also include requirements for facilities, emergency power, and grounds maintenance. The maximum security clearance required on the projected contract award(s) is Top Secret (TS). This requirement contains a partial small business set-aside. The Government intends to issue multiple contracts resulting from this solicitation unless a small business is awarded a contract for the entire requirement. In the event that a reasonable, technically acceptable offer is not received in a timely manner from a responsible small business in response to this solicitation, automatic dissolution of the Small Business Set-Aside will occur and proposals for the entire requirement will then be considered. Should set-aside dissolution occur, proposals that exclude the set-aside portion of the requirement may be deemed deficient, and then be excluded from further consideration. Therefore, all offerors are encouraged to submit proposals for both lots, including the lot set aside for small business (Dixon NRTF). LOT 1: Operations & Maintenance of the Naval Radio Transmitter Facility (NRTF) at Dixon, CA. -Small Business Set-Aside -NAICS Code 517919, All Other Telecommunications -Size Standard: $25,000,000 LOT 2: Facility Operations and Telecommunication Services at locations other than Dixon, CA -Unrestricted (Full and Open Competition) -NAICS Code 517919, All Other Telecommunications Total contract duration, including up to five (5) option periods, shall not exceed 60 months. The government reserves the right to extend services for up to an additional six months under FAR Clause 52.217-8, Option to Extend Services. In either case, the Government will not synopsize the options when exercised as all options will be evaluated at time of initial award in accordance with FAR 17.206(a). The selection process will be conducted in accordance with FAR Parts 15 and 19. Due to the critical nature of the services to be provided, offers will be evaluated in terms of the Technical Submission (Factor A, including 4 sub factors of equal importance), Past Performance (Factor B), Small Business Utilization (Factor C) and Cost/Price (Factor D). The Non-Cost/Price factors (A, B, & C) are listed in descending order of importance. Non-Cost/Price Factors, when combined, are approximately equal to Cost/Price (Factor D). It is anticipated that the RFP will be available on or about March 16th, 2012. The RFP closing date and time will be specified on the RFP and will be no less than 30 days after the issuance of the RFP package. The date, time, location, and requirements for any pre-proposal conferences and site visits will be specified in the RFP and conducted during the RFP period. The site visits are projected to occur within two (2) weeks of the issuance of the RFP. The RFP including any amendments will be posted on the Navy Electronic Commerce Online (NECO) web site at https://www.neco.navy.mil and will also be available for download at http://www.fedbizopps.gov/. Offerors wishing to submit an offer are responsible for downloading their own copy of the RFP from these websites and to frequently monitor the sites for any amendments to the RFP. An offeror ™s list will not be maintained by this office. No telephone, facsimile, or paper requests for the RFP package will be accepted. Failure to respond to the electronically posted RFP and associated amendments prior to the date and time set for receipt of offers may render a contractor ™s offer non responsive and result in rejection of the same. Interested offerors must be registered in the Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1 888 227 2423. Each offer shall include a completed FAR Provision 52.209-5, Certification Regarding Responsibility Matters (Apr 2010). Each offeror shall provide the aforementioned certification and other representations and certifications electronically via the Government ™s Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please note that a DUNS number and CCR MPIN are required to log into ORCA. Questions regarding ORCA may be submitted in accordance with the procedures described on the ORCA website. Any questions in regards to this notice should be submitted in writing via e mail to jason.h.thomas@navy.mil. Answers to questions generated by this synopsis will be posted to Navy Electronic Commerce Online (NECO) web link at https://www.neco.navy.mil, and will also be available for download at http://www.fedbizopps.gov/ on dates to be announced.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060411R3006/listing.html)
- Document(s)
- Attachment
- File Name: N0060411R3006_N0060411R3006_-_SYNOPSIS.pdf (https://www.neco.navy.mil/synopsis_file/N0060411R3006_N0060411R3006_-_SYNOPSIS.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N0060411R3006_N0060411R3006_-_SYNOPSIS.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0060411R3006_N0060411R3006_-_SYNOPSIS.pdf (https://www.neco.navy.mil/synopsis_file/N0060411R3006_N0060411R3006_-_SYNOPSIS.pdf)
- Record
- SN02678071-W 20120219/120217234332-7b682e54e201101ace82456b5a1d4ca9 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |