DOCUMENT
D -- Operation and Maintenance of multiple communications facilities operating under Naval Computer and Telecommunications Area Master Station Pacific(NCTAMS PAC). - Attachment
- Notice Date
- 8/13/2012
- 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
- 11/30/2012
- Point of Contact
- Jason H. Thomas 808-473-7564 Christorpher M. Craft 808-473-7943
- 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 (O&M) 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) Ka Band Satellite Transmit & Receive System (KA STARS) Tactical Support Communications (TSCOMM) Global Command and Control System (GCCS) Information Technology (IT) Support 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). It is anticipated that services will be acquired through a Firm Fixed Price (FFP) type contract(s). The proposed acquisition will include a partial small business set-aside. The Government intends to award two (2) contracts resulting from this solicitation. First, Lot 1 (CLINs 0001, 0100-0105) will be evaluated IAW the RFP guidelines. If an award is made to a responsible Small Business concern for Lot 1, then Lot 2 (CLINs 0002, 0200-0602) will be evaluated IAW the RFP guidelines. If no proposals are received from a responsible Small Business concern for Lot 1, the Small Business Set-Aside will be automatically dissolved and Lot 1 will be converted to unrestricted (without reposting the RFP). If this automatic dissolution occurs, both Lots 1 and 2 will be combined into a single award and only those proposals received which include both Lots will be considered for award. The Government reserves the right to make a single award from a single proposal that meets all the conditions of the RFP, and is determined to be the best value to the Government. Total contract duration, including up to two (2) option periods, shall not exceed 30 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. 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 Government intends to evaluate proposals and award a contract or contracts without discussions with offerors (except clarifications as described in FAR 15.306(a)). Notwithstanding this intent, the Contracting Officer reserves the right to conduct discussions. The offeror s initial proposal should contain the offeror s best terms from a cost or price and technical standpoint. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. The Government will conduct a source selection utilizing the Lowest Price Technically Acceptable process described in FAR 15.101-2. The solicitation will require each contractor to submit a price proposal along with technical, past performance, and socio-economic information that will enable the Government to make a best value selection. LOT 1: Operations & Maintenance of the Naval Radio Transmitter Facility (NRTF) at Dixon, CA. -CLIN 0001, 0100-0105 -Small Business Set-Aside -NAICS Code 517919, All Other Telecommunications -Size Standard: $25,000,000 LOT 2: Facility Operations and Telecommunication Services at locations in HI and AU -CLIN 0002, 0200-0602 -Unrestricted (Full and Open Competition) -NAICS Code 517919, All Other Telecommunications It is anticipated that the RFP will be available on or about August 15th, 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,_AMEND_06.pdf (https://www.neco.navy.mil/synopsis_file/N0060411R3006_N0060411R3006_-_SYNOPSIS,_AMEND_06.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N0060411R3006_N0060411R3006_-_SYNOPSIS,_AMEND_06.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,_AMEND_06.pdf (https://www.neco.navy.mil/synopsis_file/N0060411R3006_N0060411R3006_-_SYNOPSIS,_AMEND_06.pdf)
- Record
- SN02836239-W 20120815/120813235142-8ad043500838f26a95f3616563d60a2a (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 |