SOLICITATION NOTICE
D -- Wireless Services for Naval Special Warefare Unit One Detachment Guam
- Notice Date
- 3/19/2020 11:12:26 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517312
— Wireless Telecommunications Carriers (except Satellite)
- Contracting Office
- NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
- ZIP Code
- 96860-4549
- Solicitation Number
- N0060420Q4019
- Response Due
- 3/20/2020 5:00:00 PM
- Archive Date
- 04/04/2020
- Point of Contact
- Liane Villanueva 808-473-7942, Phone: 808-473-7942
- E-Mail Address
-
liane.villanueva@navy.mil
(liane.villanueva@navy.mil)
- Description
- **********Amended to extend solicitation due date and time.********** This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR 13 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on BETASAM (https://beta.sam.gov/). The RFQ number is N0060420Q4019. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-04 and DFARS Publication Notice 20200114. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 517312 and the Small Business Standard is 1,500 employees. This is a competitive, unrestricted action. The Small Business Office concurs with the unrestricted decision. The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing cellular phone services and MIFI for the Naval Special Warfare Unit One located in Guam, in accordance with Attachment 2 � Statement of Work. Item 1 - 12 Months, UNLIMITED Blackberry/iPhone/Samsung Plan (iPhone Platinum Plan) to include (IAW Attachment 2 � Statement of Work) UNLIMITED Local/Guam/U.S. voice calling, local SMS, and data services. UNLIMTED International voice calling/usage, data roaming; Total 55 units Item 2 - 12 Months, UNLIMTED Local (Guam) Data Plan to included U.S voice, SMS; Total 30 units Item 3 - 12 Months, Emergency 911 surcharges and Local Number Portability (up to 85 units) Item 4 - 3 each, Local Data Standalone 40GB (MIFI) each with international data roaming Period of Performance: One 12-month Base period and one 12-month Option. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The method of payment will be Wide Area Work Flow (WAWF). This requirement will result in a Firm-Fixed Price (FFP) purchase order. Attachment 1 � 52.212-3 Alt 1 Reps & Certs Attachment 2 � Statement of Work Questions regarding the solicitation: Questions shall be submitted electronically to liane.villanueva@navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ #N0060420Q4019 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions may be submitted at any day and time, but not later than 10:00am (Hawaii Standard Time) on 16 March 2020. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible. A complete quote in response to this Combined Synopsis/Solicitation must include a completed Attachment 1. The following FAR provision and clauses are applicable to this procurement: 52.204-7��������� System for Award Management 52.204-13 ������� SAM Maintenance 52.204-16������� Commercial & Government Entity Code Reporting 52.204-18������� CAGE Maintenance 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 52.212-1 �������� Instructions to Offerors 52.212-3��������� Offeror Representations and Certifications-Commercial Items 52.212-4 �������� Contract Terms and Conditions - Commercial Items 52.212-5 �������� Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items 52.203-19������� Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.233-3��������� Protest After Award 52.233-4��������� Applicable Law for Breach of Contract Claim 52.204-10������� Reporting Executive Compensation & First-Tier Subcontract Awards 52.219-4��������� Notice of Price Evaluation Preference for HUBZone SB Concerns 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 52.222-35 ������� Equal Opportunity for Veterans 52.222-36 ������� Equal Opportunity for Workers w/Disabilities 52.222-37������� Employment Reports on Veterans 52.222-50 ������� Combatting Trafficking in Persons 52.223-18 ������� Encouraging Contractor Policies to Ban Text Messaging while Driving 52.232-33 ������� Payment by Electronic Funds Transfer 52.204-25������� Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-6 �������� Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 ������� Prohibition on Contracting with Inverted Domestic Corporations 52.217-5��������� Evaluation of Options 52.217-9��������� Option to Extend the Term of the Contract�������� 52.232-40 ������� Providing Accelerated Payments to Small Business Subcontractors Additional contract terms and conditions applicable to this procurement are: 252.203-7000�� Requirements Relating To Compensation of Former DoD Officials 252.203-7005�� Representation Relating To Compensation of Former DoD Officials 252.204-7012�� Safeguarding of Unclassified Controlled Technical Information 252.204-7015�� Disclosure of Information To Litigation Support Contractors 252.204-7017�� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation 252.204-7018�� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.223-7008 � Prohibition of Hexavalent Chromium 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 252.239-7009 � Representation of Use of Cloud Computing 252.239-7010 � Cloud Computing Services 252.244-7000�� Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.246-7008 � Sources of Electronic Parts 252.247-7023 � Transportation of Supplies by Sea This announcement will close at 2:00 PM (Hawaii Standard Time) on�20 March 2020. Contact Liane Villanueva who can be reached at liane.villanueva@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. Award decision will be made using the Lowest Priced Technically Acceptable (LPTA) method. The final contract award will be based on a determination of responsibility and the lowest priced technically acceptable offer. Price: Quoters shall submit a price for each item listed in this Notice. In determining whether a price is fair and reasonable, the government may use historical data, independent Government estimates in its price analysis, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b). Technical: The Quoter�s technical acceptability will be evaluated against the requirements in the Statement of Work. The Quoter�s quote must clearly state that all services will be provided as requested and the Quoter does not take any exceptions to the Statement of Work requirements in their entirety. Technical Acceptability will be rated on an �acceptable� or �unacceptable� basis using the ratings in the table below. Technically Acceptable/Unacceptable Ratings Acceptable: Offer clearly meets the minimum technical requirements of the solicitation Unacceptable: Offer does not clearly meet the minimum technical requirements of the solicitation Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1. The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: System for Award Management (SAM), Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS) and or the Federal Awardee Performance and Integrity Information System (FAPIIS). Issuance of a purchase order. The Government intends to evaluate quotations and issue a purchase order based upon initial quotations received. Therefore, the Quoter�s initial quotation should contain the Quoter�s best terms from a price and technical standpoint. However, the Government reserves the right to request revised quotations from, or negotiate final purchase order terms with Quoters if it is later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise utilize the formal source selection procedures described at FAR Part 15. The Government may reject any or all quotations if such action is in the public interest; issue a purchase order to other than the Quoter with the lowest price; and waive informalities and minor irregularities in quotations received. It is the Quoter�s responsibility to ensure that there are no discrepancies presented within the information contained in its quote. Potential quoters are hereby notified that in the event there are discrepancies within information in a quote received by the Government, or in comparison to Government information provided in the solicitation, the Government reserves the right to apply its judgment to resolve such discrepancies during the evaluation of the quotes without conducting discussions. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quoters are advised that delays can be experienced with the Government�s email system. Additionally, the email system capacity for each email is 10 MB. Emails greater than 10 MB will not be delivered and consequently will not be considered. Therefore, quotations exceeding the size limit must be sent via multiple emails. Zip Files are not accepted. Quotes will not be accepted by facsimile. Oral quotes will not be accepted. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e4ff8847fc434dcdbbd14782bfc72740/view)
- Place of Performance
- Address: GUM
- Country: GUM
- Country: GUM
- Record
- SN05594249-F 20200321/200319230140 (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 |