Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 04, 2018 FBO #6190
SOLICITATION NOTICE

S -- Commercial Internet - A07 Provisions & Clauses - A03 FAR Part 13_Sole Source Memo Under SAT_Commercial Internet_KO Signed

Notice Date
11/2/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of the Army, National Guard Bureau, 102 MSG/MSC, MA ANG, 158 REILLY STREET, RM 228, BOX 8, OTIS ANG BASE, Massachusetts, 02542-5028, United States
 
ZIP Code
02542-5028
 
Solicitation Number
W912SV-19-Q-6002
 
Archive Date
11/24/2018
 
Point of Contact
Kerry A. Wells, Phone: 5089684978, Kirk B. Wetherbee, Phone: 5089684977
 
E-Mail Address
kerry.a.wells2.civ@mail.mil, kirk.b.wetherbee.mil@mail.mil
(kerry.a.wells2.civ@mail.mil, kirk.b.wetherbee.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
A03 FAR Part 13_Sole Source Memo Under SAT_Commercial Internet_KO Signed A07 Provisions & Clauses 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. The solicitation number assigned to this announcement is W912SV-19-Q-6002. This solicitation is issued as Unrestricted; the associated North American Industry Classification System (NAICS) code is 517919 and size standard is $32.5 Million. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95 effective 26 Oct 2018 and DFARS Publication Notice 20180928 effective 26 Oct 2018. This requirement is intended to be awarded as a Sole Source, single, firm-fixed price contract utilizing procedures under FAR Part 13, Simplified Acquisition Procedures to OPENCAPE CORPORATION based on the attached justification titled A03 FAR Part 13_Sole Source Memo under SAT_Commercial Internet. LINE ITEM 0001: BASE YEAR Dedicated Commercial Internet with no termination liability; 100 Mbps Symmetrical Internet to support Domestic Operations (DOMOPS), Emergency Operations Center (EOC), Public Affairs and Vehicle Maintenance. QUANTITY: 12 MONTHS LINE ITEM 1001: OPTION YEAR ONE Dedicated Commercial Internet with no termination liability; 100 Mbps Symmetrical Internet to support Domestic Operations (DOMOPS), Emergency Operations Center (EOC), Public Affairs and Vehicle Maintenance. QUANTITY: 12 MONTHS LINE ITEM 2001: OPTION YEAR TWO Dedicated Commercial Internet with no termination liability; 100 Mbps Symmetrical Internet to support Domestic Operations (DOMOPS), Emergency Operations Center (EOC), Public Affairs and Vehicle Maintenance. QUANTITY: 12 MONTHS LINE ITEM 3001: OPTION YEAR THREE Dedicated Commercial Internet with no termination liability; 100 Mbps Symmetrical Internet to support Domestic Operations (DOMOPS), Emergency Operations Center (EOC), Public Affairs and Vehicle Maintenance. QUANTITY: 12 MONTHS 1. ADDITIONAL INFORMATION: (1) In accordance with FAR 52.212-1(k), prospective awardees shall have an active Cage Code prior to award of a government contract. In accordance with FAR 52.212-3, prospective awardees shall have completed the Online Representations and Certifications. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. (2) All vendors interested and capable of obtaining contract award must register with the Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. 2. APPLICABLE PROVISIONS AND CLAUSES: All clauses and provisions are incorporated by reference and by full text on the attached provisions and clauses document. FAR and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/. The clauses are to remain in full effect in any resultant award. It is the contractor's responsibility to become familiar with the applicable provisions and clauses. Provisions and clauses applicable to this requirement can be viewed on attachment "A07_Provisions & Clauses." 3. SUBMITTAL REQUIREMENTS: In addition to submitting your quote and past performance information, please include the following: Company Name, Address, Point of Contract information, Cage Code, DUNS Number, Federal Tax ID, Business size, and Payment Terms. 4. Quotes (to include Submittal Requirements mentioned above) must be submitted via email no later than (NLT) the date and time specified to kerry.a.wells2.civ@mail.mil. It is the best interest of the offeror to ensure the quote submitted is received by the 102IW Contracting Office and is submitted no later than the date and time specified. Any and all questions concerning this requirement must be submitted in writing to kerry.a.wells2.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-1/W912SV-19-Q-6002/listing.html)
 
Place of Performance
Address: 102 Intelligence Wing, Otis ANG Base, Massachusetts, 02542, United States
Zip Code: 02542
 
Record
SN05142315-W 20181104/181102230538-6caa37c6a9c5657abe52be7a289d145a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.