SOLICITATION NOTICE
D -- CISP - W91SMC18Q6041
- Notice Date
- 9/20/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 515210
— Cable and Other Subscription Programming
- Contracting Office
- Department of the Army, National Guard Bureau, 182 MSG/MSC, IL ANG, 2418 S. MUSTANG ST, BLDG 728, PEORIA, Illinois, 61607-1498, United States
- ZIP Code
- 61607-1498
- Solicitation Number
- W91SMC18Q6041
- Point of Contact
- Melissa Grice, Phone: 3096335204
- E-Mail Address
-
melissa.j.grice.mil@mail.mil
(melissa.j.grice.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement - CISP (i) This is a combined synopsis/solicitation for commercial items 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; offers are being requested and a written solicitation will not be issued. (ii) This solicitation, W91SMC-18-Q-6041 is being issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97, effective 06 November 2017 and updated with Class Deviation 2018-00007. (iv) This procurement is. The associated North American Industry Classification System (NAICS) code is 515210 and the small business size standard is $38.5 MILLION. (v) Commercial Item Descriptions: Contractor shall provide all material, equipment, labor, and supervision necessary to provide flat-rate high speed Internet Access Line to the 182d Airlift Wing to support up to 200 concurrent users in 2 separate buildings: 628 and 634. The contractor shall bring the commercial IAL's from the entry point of the military installation and then utilize existing underground duct to bring the service into the Central Office (Building 628, Room 58). The contractor shall then use existing infrastructures, Fiber or CAT 6 cabling, to connect the service to government provided wireless routers in building 628 room 88 and building 634 room 114.. Refer to the Performance Work Statement titled Commercial ISP Fiber Lines, 182 Airlift Wing, Peoria, IL for all contractor requirements. This is being solicited as a base bid for one line of service and an option for an additional line of service. Period of Performance is estimated to be 29 Sep 2018 - 28 Sep 2019. Prices shall be broken out so that it is easily discernable what the install, service, and training costs are for each line item. Prices shall be given for the cost of one line of service with fiber, a second line of service with fiber, the cost of one line of service with coaxial, a second line of service with coaxial along with installations and training costs as follows: Line Item 0001AA- Base Bid for one line of service Cost for Fiber Line Item 0001AB - Base Bid Installation Costs Line Item 0001AC - Base Bid Training Costs Line Item 0002AA - Option 1 for one line of service Cost for Coaxial Line Item 0002AB - Option 1 - Installation Costs Line Item 0002AC - Option 1 - Training Costs Line Item 0003AA - Option 2 - Additional Line of service Cost for Fiber Line Item 0004AA - Option 3 - Additional Line of service Cost for Coaxial (vi) GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. The award will be made via best value subjective tradeoff procedures. The technical factors are those listed within paragraph (v) Line Item 0001AA - Line Item 0004AA. The technical evaluation is as follows: A. Minimum Threshold: Meeting the PWS requirements = the contractor will earn the minimum threshold of 50% of the requirement OFFERORS CAN ONLY EARN 1 OF THE 2 IN EACH OF THE FOLLOWING CAPABILITIES: B. Capability Level 1 Consideration: 1. Offerors will earn an additional credit over the minimum threshold of 35% for providing fiber 2. Offerors will earn an additional credit over the minimum threshold of 20% for providing coaxial C. Capability Level 2 Consideration: 1. Offerors providing the lowest price fiber will earn a credit of 15% added to the minimum + capability 1 2. Offerors providing the highest price fiber will earn a credit of 5% added to the minimum + capability 1 D. Capability Level 3 Consideration: 1. Offerors providing the lowest price coaxial will earn a credit of 25% added to the minimum + capability 1 2. Offerors providing the highest price coaxial will earn a credit of 15% added to the minimum + capability 1 Maximum percentage possible is 100% (vii) The products are to be delivered no later than 60 days ARO to 182 Airlift Wing, 2416 S. Falcon Blvd, Peoria, IL 61607. The government prefers FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, is applicable. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, Alternate 1 is applicable. Basis for award is lowest price technically acceptable. The Government intends to make a single firm-fixed price award. (x) A successful offeror shall include a completed copy of the provision at 52.212-3 Alt-1, Offeror Representations and Certifications -- Commercial Items, with its offer and address the items listed within the addenda of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition, which include: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.219-6, Notice of Total Small Business Set-Aside. FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. FAR 52.219-28, Post Award Small Business Program Representation. FAR 52.222-3, Convict Labor. FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies. 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 52.223-15, Energy Efficiency in Energy-Consuming Products. 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 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. The following provisions are incorporated into this solicitation by reference: FAR 52.204-16, Commercial and Government Entity Code Reporting. FAR 52.211-6, Brand Name or Equal. DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations. DFARS 252.225-7031, Secondary Arab Boycott of Israel. The following clauses are incorporated into this solicitation by reference: FAR 52.204-18, Commercial and Government Entity Code Maintenance. FAR 52.232-39, Unenforceability of Unauthorized Obligations. FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.247-65, F.O.B. Origin, Prepaid Freight-Small Package Shipments. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002, Requirement to Inform Employees of Whistleblowers Rights. DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors. DFARS 252.211-7008, Use of Government-Assigned Serial Numbers. DFARS 252.223-7008, Prohibition of Hexavalent Chromium. DFARS 252.225-7001, Buy American and Balance of Payments Program. DFARS 252.225-7036, Buy American - Free Trade Agreements - Balance of Payments Program. DFARS 252.225-7048, Export Controlled Items. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010, Levies on Contract Payments. DFARS 252.244-7000, Subcontracts for Commercial Items. DFARS 252.247-7023, Transportation of Supplies by Sea. The following provisions are incorporated by full text. DFARS 252.204-7011, Alternative Line Item Structure. DFARS 252.225-7000, Buy American - Balance of Payments Program Certificate. DFARS 252.225-7035, Buy American - Free Trade Agreements - Balance of Payments Program Certificate. (Offerors shall include completed copies of the certifications within the following provisions with their offer.) The following clauses are incorporated by full text. The full text is found in Attachment #1, Full-Text Provisions and Clauses. FAR 52.222-36, Equal Opportunity for Workers with Disabilities. FAR 52.252-2, Clauses Incorporated by Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.211-7003, Item Unique Identification and Valuation. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. (xiii) The product will at a minimum have a 1 year standard warranty, except for any lithium batteries that will have a 4 year standard warranty. (xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) There is no site visit for this requirement. (xvi) All questions and quotes must be emailed to 182 Contracting Officer via email at Melissa.j.grice.mil@mail.mil. Questions must be submitted not later than two (2) days prior to solicitation close. Questions received after that date will be answered at the discretion of the Contracting Officer. QUOTES ARE DUE BY 12:00PM CDT on SEPTEMBER 30, 2018. NO FACSIMILE QUOTES ARE ACCEPTED. PLEASE NOTE: Interested offerors must be registered in the System for Award Management (SAM). To register go to: https://www.sam.gov/portal/public/SAM. You will need your DUNS number to register. Instructions for registering are on the web page. ******* MUST INCLUDE THE COMPANY DUNS NUMBER AND CAGE CODE ON THE QUOTE TO BE CONSIDERED FOR AWARD******** *******MUST INCLUDE THE SOLICITATION NUMBER W91SMC-18-Q-6041 ON QUOTE SUBMITTED*********** [end of solicitation]
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-2/W91SMC18Q6041/listing.html)
- Place of Performance
- Address: 182 Airlift Wing, 2416 S. Falcon Blvd., Peoria, Illinois, 61607, United States
- Zip Code: 61607
- Zip Code: 61607
- Record
- SN05097811-W 20180922/180920230916-3c6d51b49f66ef62a7ec8100f1eb08ea (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 |