SOLICITATION NOTICE
D -- Base cable & Internet
- Notice Date
- 3/2/2020 1:46:45 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- W7MV USPFO ACTIVITY AZANG 162 TUCSON AZ 85706-6060 USA
- ZIP Code
- 85706-6060
- Solicitation Number
- W50S6S-Q-20-0005
- Response Due
- 3/6/2020 2:00:00 PM
- Archive Date
- 03/15/2020
- Point of Contact
- 162d Wing Contracting
- E-Mail Address
-
usaf.az.162-wg.list.msg-msc@mail.mil
(usaf.az.162-wg.list.msg-msc@mail.mil)
- Description
- REQUEST FOR QUOTATION (RFQ) #W50S6S-Q-20-0005 Issue Date:�02�March 2020 This combined synopsis/solicitation is being competed as a full and open competition and will be competed to the full extent required by regulation. The Government will make an award to the responsible offeror providing the best value basis (considering price, special features, administrative costs, etc.) to meet the requirements of the 162nd Wing. This combined synopsis/solicitation is hereby amended to include Q & A form and clauses: DFARS 252.204-7016, DFARS 252.204-7017, DFARS 252.204-7018. The closing date remains��06 March 2020 at 3:00 PM. This solicitation/synopsis reference number is W50S6S-Q-20-0005 and is being issued as a Request for Quote (RFQ) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. The NAICS code is 517919 and the SBA size standard is $35,000,000.00 Submit written offers only, oral offers will not be accepted. Please respond to this RFQ by providing the following information on the attached document and returning one (1) copy to the 162nd Contracting Office via provided email address : usaf.az.162-wg.list.msg-msc@mail.mil The contractor shall provide all labor, tools, materials, and transportation necessary to accomplish the service IAW the� Statement of work. STATEMENT OF WORK (SOW) 162WG Arizona Air National Guard Provide basic cable TV subscription and commercial class internet service. 1.0 DESCRIPTION OF SERVICES 1.1. Description of Services. The contractor shall provide all labor, tools, materials, and transportation necessary to accomplish the installation of cable tv and internet service. Requirement: Basic cable TV for 70 drops; commercial class internet service Location: 162nd Fighter Wing, Morris Air National Base, Tucson, Arizona Required: Base year plus four�option years 1.1.1. Schedule. The contracted service shall be responsible for inspection, installation, and testing to the respected facilities for all necessary equipment, component, hardware in order to provide cable and internet service. 1.1.1.1. Inspect and repair or replace. The contactor shall be responsible for inspecting, installing, and testing basic cable tv for 70 drops to facilitate basic local and weather channels as well as commercial class internet which includes CBI Modem, Static IP address, online backup 25GB, security, 1 additional IP address and CBI 1 Gbps x 35Mbps. Period of performance is 1 year plus 4 option years. 2.0. GENERAL INFORMATION 2.1. Conflict of Interest.� The contractor shall not employ any individual who is an employee of the United States Government if the employment of that individual would create a conflict of interest, nor shall the contractor employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval of the employment in accordance with Department of Defense Directive (DODD) 5500-7, Standards of Conduct.� In addition, the contractor shall not employ any person who is an employee of the Department of the Air Force if such employment would be contrary to the policies contained in AFI 64-106, Air Force Industrial Labor Relations Activities. 3.0. Security Requirements 3.1. For Official Use Only (FOUO).� The contractor shall comply with DoDD 5400.07, Chapter 4, DoD Freedom of Information Act (FOIA) Program requirements.� This regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding FOUO material.� FOUO or FOIA material discovered by the contractor or contractor employees shall not be retained by the contractor and surrendered immediately to an appropriate Government authority. 3.2. Reporting Requirements.� Contractor employees shall immediately report to an appropriate Government authority any information or circumstances of which they are aware that may pose a threat to the security of Department of Defense personnel, contractor personnel, resources, and classified or unclassified defense information. 3.3. Physical Security.� Contractor employees are responsible for safeguarding all Government property and controlled forms provided for the contractor�s use.� At the end of each work period, all Government facilities, equipment, and materials shall be secured. 3.4. Safety.� The contractor shall comply with all applicable laws and safety regulations.� Compliance with OSHA and other applicable laws and regulations for the protection of employees is exclusively the obligation of the contractor, and the Government will assume no liability or responsibility for the contractor�s compliance or non-compliance with such responsibilities.� The contractor shall provide all personal protective clothing and equipment for contractor employees. 3.5. Hazardous Materials (HAZMAT).� The contractor shall manage, handle, transport and� store in accordance with the Resource Conservation and Recovery Act, 40 CFR 260-265, Protection of Environment, applicable State statutes and regulations, and the 162nd Wing Hazardous Waste Management Plan.� Any waste that is generated will require coordination with the Environmental Office for storage and disposal.� Hazardous waste generated on base shall not be removed by the contractor without prior approval. 4.0 Service Summary Contract Objective:� To provide basic cable television subscription and commercial class internet. Ensure all cable equipment, components, and hardware have been fully furnished and professionally installed; commercial class internet service equipment, components, and hardware have been fully furnished and professionally installed.� Testing shall be completed after installation and specification shall be met with 100% compliance. Applicable Clauses and Provisions: 52.202-1 - Definitions 52.204-7 - System for Award Management 52.204-10 - Reporting Executive compensation and First-Tier Subcontract Awards 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 52.204.19 - Incorporation by Reference of Representations and Certifications 52.204-22 -Alternative Line Item Proposal, in all solicitations 52.204-23- Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab�� and Other Covered Entities. 52.204-24 -Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 -Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 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 52.212-1 -Instruction to Offerors � Commercial Items 52.212-4- Contract Terms and Conditions � Commercial Items 52.212-5 DEV- Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items DEVIATION (2019-O0021) FAR 52.219-1(Alt I)- Small Business Program Representation 52.219-28 -Post-Award� Small Business Program Representation 52.222-3 -Convict Labor 52.222-19 -Child Labor � Cooperation with Authorities and Remedies 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 52.223-18 - Encouraging Contactor Policy to Ban Text Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-33 - Payment by Electronic Funds Transfer � System for Award Management 52.232-40 - Providing Accelerated Payment to Small Business Subcontractors 52.233-1 - Disputes 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.243-1 - Changes-Fixed-Price. 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 252.204-7000- Disclosure of Information 252.204-7003- Control Of Government Personnel Work Product 252.204-7015- Disclosure of Information to Litigation Support Contractors 252.211-7003- Item Unique Identification and Valuation 252.223-7008- Prohibition of Hexavalent Chromium 252.225-7001- Buy American And Balance Of Payments Program-- Basic (Aug 2016) 252.225-7035 Alt. I - Buy American�Free Trade Agreements�Balance of Payments Program Certificate (Alternate I) 252.225-7036 Alt. I- Buy American�Free Trade Agreements�Balance of Payments Program� (Alternate I) 252.225-7048- Export-Controlled Items 252.225-7974- Prohibition on Contracting with Persons that have Business Operations with the Maduro Regime 252.232-7003- Electronic Submission of Payment Requests and Receiving Reports 252.232-7006- Wide Area Work Flow Payment Instructions (Will be provided in Full Text at the Time of Award) 252.232-7010- Levies on Contract Payments 252.244-7000- Subcontracts for Commercial Items 252.247-7023- Transportation of� Supplies by Sea FAR 52.212-2���� EVALUATION--COMMERCIAL ITEMS The Government intends to award one firm fixed price purchase order resulting from this solicitation, to the responsible offeror whose offer conforming to the solicitation represents the lowest price technically acceptable. The following will be used to evaluate offers : � Price Technical capability of the item offered to meet the government requirement � � �Factors other than price when combined are approximately equal when compared to price � � (b) �Options. The government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The government may determine that an offer is unacceptable if the options are unbalanced. Evaluation of options shall not obligate the government to exercise the option(s). � (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. � � FAR 52.212-3���� OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS � Lack of active SAM registration will preclude contract award.� All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item with their submission or complete electronic representations and certifications at: https://www.sam.gov/portal/SAM FAR 52.252-1 Solicitation Provisions Incorporated By Reference This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/ (End of Provision) FAR 52.252-2 Clauses Incorporated By Reference This contract incorporates 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 at this/these address (es): https://www.acquisition.gov/ (End of Clause) FAR 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 Regulation. (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the name of the regulation. (End of Clause) �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/729df4b782204a86975868e9374fcde4/view)
- Place of Performance
- Address: Tucson, AZ 85706, USA
- Zip Code: 85706
- Country: USA
- Zip Code: 85706
- Record
- SN05576796-F 20200304/200302230204 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |