SOLICITATION NOTICE
D -- Commercial Internet Service with Hardware - PWS
- Notice Date
- 8/21/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517311
— Wired Telecommunications Carriers
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
- ZIP Code
- 97309-5008
- Solicitation Number
- W912JV-18-Q-7020
- Archive Date
- 10/6/2018
- Point of Contact
- Joel Sire, Phone: 541-885-6181
- E-Mail Address
-
joel.a.sire.mil@mail.mil
(joel.a.sire.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement (PWS) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation: W912JV-18-Q-7020 is being issued as a Request for Proposal (RFP). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 517311 and the small business size standard is 1,500 Emp. This requirement will seek supplies and services under a base plus four option year contract under FAR 17.204(e) with a possible extension of six months under FAR 52.217-8. The following commercial items and services are requested in this solicitation: CLIN 0001 - 33 Each - Indoor Access Point -Indoor, dual radio, 5 GHz 802.11ac and 2.4 GHz 802.11n 4x4 MIMO -Four spatial stream SU-MIMO for up to 1,733 Mbps wireless data rate to a single client device CLIN 0002 - 1 Each - Outdoor Access Point -outdoor, dual radio, 5 GHz 802.11ac and 2.4 GHz 802.11n -2.4-GHz (400 Mbps max) and 5-GHz (867 Mbps max) radios, each with 2x2 MIMO and integrated directional antennas CLIN 0003 - 34 Each - Ceiling/Wall Mounts -9/16" Ceiling Rail Adapter -15/16" Ceiling Rail Adapter CLIN 0004 - 11 Each - POE Switches - Power over Ethernet (PoE) or Power over Ethernet Plus (PoE+) on all RJ-45 network ports - Six 10-Gigabit Ethernet uplink ports that support small form-factor pluggable plus (SFP+) transceivers CLIN 0005 - 33 Each - Firewall for Internet and AP's -Firewall throughput: 20 Gbps -IPS throughput: 4.2 Gbps -NGFW throughput: 3 Gbps -6 GE copper and 2 GbE SFP CLIN 0006 - 33 Each - Hardware Installation -Install all requested items in accordance with attached Performance Work Statement CLIN 0007 - 33 Each - Fiber Installation with Materials -Provide and run fiber line in accordance with attached Performance Work Statement CLIN 0008 - 12 Months - Management/Maintenance - Base Year -Maintenance Services in accordance with attached Performance Work Statement CLIN 0009 - 12 Months - 100Mb Direct Internet Access - Base Year -100Mb Direct Internet Access in accordance with attached Performance Work Statement CLIN 1008 - 12 Months - Management/Maintenance - Option Year 1 -Maintenance Services in accordance with attached Performance Work Statement CLIN 1009 - 12 Months - 100Mb Direct Internet Access - Option Year 1 -100Mb Direct Internet Access in accordance with attached Performance Work Statement CLIN 2008 - 12 Months - Management/Maintenance - Option Year 2 -Maintenance Services in accordance with attached Performance Work Statement CLIN 2009 - 12 Months - 100Mb Direct Internet Access - Option Year 2 -100Mb Direct Internet Access in accordance with attached Performance Work Statement CLIN 3008 - 12 Months - Management/Maintenance - Option Year 3 -Maintenance Services in accordance with attached Performance Work Statement CLIN 3009 - 12 Months - 100Mb Direct Internet Access - Option Year 3 -100Mb Direct Internet Access in accordance with attached Performance Work Statement CLIN 4008 - 12 Months - Management/Maintenance - Option Year 4 -Maintenance Services in accordance with attached Performance Work Statement CLIN 4009 - 12 Months - 100Mb Direct Internet Access - Option Year 4 -100Mb Direct Internet Access in accordance with attached Performance Work Statement CLIN 5008 - 6 Months - Management/Maintenance - FAR 52.217-8 Extension -Maintenance Services in accordance with attached Performance Work Statement CLIN 5009 - 6 Months - 100Mb Direct Internet Access - FAR 52.217-8 Extension -100Mb Direct Internet Access in accordance with attached Performance Work Statement The location of contract performance is as follows: 173 FW Kingsley Field ANGB, Klamath Falls, Oregon 97603 The following provisions and clauses apply to this acquisition: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (DEVIATION 2018-O0013). All proposals shall be sent to SSgt Joel Sire via e-mail at joel.a.sire.mil@mail.mil. Proposals are required to be received no later than 21 September 2018, 12:00 PM PDT. Oral proposals will not be accepted. Collect calls will not be accepted. All proposals must be directly submitted by the firm that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a company with the intention of being awarded "in care of" will not be accepted. FAR 52.212-2 -- Evaluation -- Commercial Items. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The government intends to select the technically acceptable proposal with the lowest evaluated price. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Alternate I. Offerors must fill out and submit completed provision with their proposal. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items. FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.203-19 -- Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. FAR 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 -- Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.219-6 -- Notice of Total Small Business Set-Aside. FAR 52.219-28 -- Post-Award Small Business Program Representation. FAR 52.222-3 -- Convict Labor. FAR 52.222-21 -- Prohibition of Segregated Facilities. FAR 52.222-26 -- Equal Opportunity. FAR 52.222-36 -- Equal Opportunity for Workers With Disabilities. FAR 52.222-50 -- Combating Trafficking in Persons. FAR 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 -- Restrictions on Certain Foreign Purchases. FAR 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-3 -- Protest After Award. FAR 52.233-4 -- Applicable Law for Breach of Contract Claim. FAR 52.252-2 -- Clauses Incorporated by Reference. DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.211-7003 -- Item Unique Identification and Valuation. DFARS 252.215-7008 -- Only one Offer. DFARS 252.225-7031 -- Secondary Arab Boycott of Israel. DFARS 252.225-7050 -- Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism. DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 -- Wide Area WorkFlow Payment Instructions. DFARS 252.232-7010 -- Levies on Contract Payments. DFARS 252.244-7000 -- Subcontracts for Commercial Items.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-18-Q-7020/listing.html)
- Place of Performance
- Address: Kingsley Field ANGB, Klamath Falls, Oregon, 97603, United States
- Zip Code: 97603
- Zip Code: 97603
- Record
- SN05047364-W 20180823/180821231007-8e92ca8bbc4c75b2d1a9736d7ad032ad (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 |