SOLICITATION NOTICE
D -- Internet2 Services, Internet Services
- Notice Date
- 5/12/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018916TZ221
- Response Due
- 5/13/2016
- Archive Date
- 5/14/2016
- Point of Contact
- ADAM HESTER 215-697-9577
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The Solicitation number, N00189-16-T-Z221 is being used as a RFQ. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-87 and DFARS Publication Notice 20160226 It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 237130 and the Small Business Standard is $36.5M. The Small Business Office concurs with the set-aside decision: Other than Full and Open Competition. The NAVSUP FLC Norfolk Philadelphia Office intends to issue a sole source firm fixed price purchase order for the acquisition of this requirement. Internet2 and internet connectivity services to include: 1) MDREN Membership Fee, 2) ISP Usage, and 3) Loop Charge The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501. Interested persons may submit a capability statement by the specified response date. This notice of intent is not a request for quotes from any other source than the identified source below. However, the Government will consider information received by the specified response date. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed procurement action based upon responses received is solely within the discretion of the Government. The Government will not pay for information submitted in response to this notice. The Statutory Authority permitting other than Full and Open Competition for this requirement is Section 4202 of the Clinger-Cohen Act of 1996 - a sole source acquisition under the authority of the test program for certain commercial items, as implemented by FAR 13.501(a). This acquisition will be sole sourced to University System of Maryland, 3300 Metzerott Rd. Hyattsville, MD. 20783-1600. The University System of Maryland is uniquely qualified to meet the requirement as they are the only Internet2 provider in the State of Maryland that can meet the needs of the US Naval Academy. Place of Performance is United States Naval Academy, ITSD, 290 Buchanan Road, Annapolis, MD 21402. The anticipated Period of performance is a Base Year from 1 July 2016-30 June 2017 and Option Year from 1 July 201730 June 2018. Responsibility and Inspection: unless otherwise specified in the order; the supplier is responsible for the performance of all inspection requirements and quality control. The supplier is also required to submit a Small Business Subcontracting Plan per FAR 19.702. The following FAR provision and clauses are applicable to this procurement: 52.202-1 Definitions 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.209-7 Information Regarding Responsibility Matters 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.222-50 Combating Trafficking in Persons 52.222-17 Nondisplacement of Qualified Workers 52.232-39 Unenforceability of Unauthorized Obligations 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 52.237-2 Protection Of Government Buildings, Equipment, and Vegetation 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.222-19 Child LaborCooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.239-1 Privacy or Security Safeguards 52.247-34 FOB Destination 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviation in Clauses 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 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.209-7004 Subcontracting w/ FirmsTerrorist Country 252.211-7003 Item Unique Identification and Valuation 252.215-7008 Only One Offer 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7018 Supply Chain Risk 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea 5252.204-9400 Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information, Information Technology (IT) Systems or Protected Health Information 5252.243-9400 Authorized Changes by the KO 5252.NS-046P Prospective Contractor Responsibility This announcement will close at 5pm EST on 05/13/2016. Contact Adam Hester who can be reached at 215-697-9577 or email adam.hester@navy.mil. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018916TZ221/listing.html)
- Record
- SN04114789-W 20160514/160512234424-e2ec62473bc3c2fd84add638c2df9a7e (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 |