SOLICITATION NOTICE
58 -- VIASAT
- Notice Date
- 5/11/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for South Carolina, 9 National Guard Road, Columbia, South Carolina, 29201-4763
- ZIP Code
- 29201-4763
- Solicitation Number
- W912QG-18-Q-0002
- Point of Contact
- Christopher A. Jones, Phone: 8032992043
- E-Mail Address
-
christopher.a.jones292.mil@mail.mil
(christopher.a.jones292.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for Commercial Items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation W912QG-18-Q-0002 is being issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through FAC 2005-96 effective 06 NOV 2017. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil. The NAICS code for this procurement is 517410 with a size standard of $32.5 million. READ THIS ANNOUCEMENT IN ITS ENTIRETY Basis of Award: LPTA The Government intends to award a Firm Fixed Price contract for VIASAT Exede Enterprise Satellite Service Plan for four (4) terminals. The basis of the award will be LPTA. This award will be made without discussions so it is highly encouraged that you quote your most advantageous pricing in your initial response. The award will be for a Base Year (Period of Performance will be 01 June 2018 - 31 May 2019), and one (1) Option Year (Period of Performance will be 01 June 2019 - 31 May 2020 if exercised). The Option Year must be priced on your quote. REQUIREMENT: The VIASAT Excede Enterprise satellite service plan must include the following: a. Enterprise roaming service pre-paid plan of at least 500 GB per terminal per year (4 VIASAT Terminals) b. 18 Mbs downlink and 5 Mbs uplink for CONUS coverage c. 24-hour continuous service (Including all holidays) d. Contractor will be responsible for providing a technical assistance contact who will answer and/or mediate service issues within 24-hours of notification This requirement is a 100% Total Small Business Set-Aside. Follow the Contract Line Item Number (CLIN) structure listed below when preparing your quote: CLIN 0001 - Enterprise Roaming Service Pre-paid plan of 500GB per terminal per year, to include VoIP phone capability with locally managed call manager QTY: 4 (there are 4 terminals) Unit: Each Unit Price: $ Line Item 0001 $ CLIN 0002 - Option Year One QTY: 4 Unit: Each Unit Price: $ Line Item 0002: $ The following FAR/DFARS clauses and provisions apply to this solicitation and will in full force in any resultant award. 52.201 Definitions 52.203-19 Prohibition of Contracting with Entities the Require Certain Internal Confidentiality Agreements of Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation & First Tier Subcontract Award 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 52.204-22 Alternative Line Item Proposal 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 ALT I Offeror Representation and Certifications - Commercial Items Include completed copy of this provision with your proposal or indicate (with DUNS Number) that current information in available on the Federal Government website SAM (https://www.sam.gov). Prospective contractors Must be registered and ACTIVE in SAM at the time of award. 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (EOs) - Commercial Items (Deviation 2013-O0019) 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52-222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - System for Awards 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 52.252-2 Clauses Incorporated by Reference This contract will incorporate one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically by access http://farsite.hill.af.mil. 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulations System (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information 252.204-7011 Alternative Line Item Structure 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.225-7031 Secondary Arab Boycott of Israel 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 252.244-7000 Subcontracts for Commercial Items The Offeror shall submit an electronic company of their signed and dated offer via email to SGT Christopher Jones at christopher.a.jones292.mil@mail.mil with the solicitation number in the subject block NLT 10:00 AM EST on Monday, 21 May 2018. All offers must include your DUNS Number, Tax ID Number, Cage Code and physical Address. Request for Information (RFI): All questions must be submitted in the form of an RFI in writing to SGT Christopher Jones via email at christopher.a.jones292.mil@mail.mil no later than 15 May 2018 at 10:00 AM EST. Those RFIs not received during the prescribed date and time will not be answered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA38/W912QG-18-Q-0002/listing.html)
- Place of Performance
- Address: 68 Hagood Avenue, Charleston, South Carolina, 29403, United States
- Zip Code: 29403
- Zip Code: 29403
- Record
- SN04920336-W 20180513/180511231115-76c55b2df070dc2de332705e1b433e6c (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 |