Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2020 SAM #6708
SOLICITATION NOTICE

D -- Internet & Cable TV Services

Notice Date
4/9/2020 3:42:40 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517312 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
W7MX USPFO ACTIVITY CAANG 146 PORT HUENEME CA 93041-4011 USA
 
ZIP Code
93041-4011
 
Solicitation Number
W50S75-20-Q-0007
 
Response Due
4/16/2020 10:00:00 AM
 
Archive Date
05/01/2020
 
Point of Contact
Steve Sisneros, Jennifer L. Jackson-Garcia
 
E-Mail Address
steven.a.sisneros2.mil@mail.mil, jennifer.l.jacksongarcia.mil@mail.mil
(steven.a.sisneros2.mil@mail.mil, jennifer.l.jacksongarcia.mil@mail.mil)
 
Description
146 MSG/MSC intends to utilize this Request for Quote (RFQ), under solicitation number W50S75-20-Q-0007, to award a Firm Fixed Price (FFP) type contract for the services to support the Channel Islands Air National Guard Station (CIANGS) commercial internet and cable television in the Port Hueneme, CA area. Award will be made to the lowest price responsible offeror. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. This requirement is being solicited for full and open competition. The NAICS code for this acquisition is 517312.� All prospective offerors must have a Commercial and Government Entity (CAGE) code and be registered with System for Award Management (SAM) at http://www.sam.gov. The Period of Performance for this requirement is 24 Apr 2020 � 23 Apr 2025 to include option years. (See attachment 2 CLIN structure price sheet.) The purpose of this requirement is to provide all management, tools, supplies, equipment, and labor necessary to operate and maintain Cable and Internet Services and provide customer support for outages and repairs at Channel Islands Air National Guard Station. (See Attachment 1, PWS, for further details). Vendors shall respond to this RFQ via email by 16 Apr 2020 at 1000 hours (10:00 am) Pacific Standard Time (PST).� All quotes should be sent to the Contracting Officer, Steve Sisneros, at steven.a.sisneros2.mil@mail.mil and Jennifer Jackson Garcia at jennifer.l.jacksongarcia.mil@mail.mil before the due date and time specified.� Any quote, modification, or revision of a quote received after the exact time specified for receipt of quotes is �late� and shall not be considered. All offers must list DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. To obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer.� If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. All questions regarding the RFQ package must be submitted to the above e-mail addresses by 1 Apr 2020 at 1000 (10:00 am) Pacific Standard Time (PST).� Any questions asked over the telephone will not be answered. Any questions received after this date and time may not be answered. For this procurement, the Best Value determination will be made as Lowest Price Responsible Offeror.� The following factors will be used to evaluate offers:� A) Price and B) Past Performance. The following process will be followed: ����� A.� Total evaluated price (TEP) will be determined by multiplying the quantities identified in the price sheet by the proposed unit price for each Contract Line Item Number (CLIN).� The TEP is a two-part computation. First, the offeror�s total proposed price will be determined by multiplying the quantities identified in the Price Proposal Worksheet by the unit price, limited to two decimal places, for each CLIN to confirm the extended total amount for each CLIN; the sum of all extended amounts will be the offeror�s total proposed price. Second, the total proposed price (total amount for CLINs 0001, 0002, 0003, 1001, 1002, 2001, 2002, 3001, 3002, 4001, and 4002) plus the sum of Option to Extend Services clause 52.217-8, formula (shown below) will constitute the TEP. The formula for the Option to Extend Services amount is as follows: Base Year = CLIN Unit Amount x 6* Option Year 1 = CLIN Unit Amount x 6* Option Year 2 = CLIN Unit Amount x 6* Option Year 3 = CLIN Unit Amount x 6* Option Year 4 = CLIN Unit Amount x 6* Evaluation of option prices will not obligate the Government to exercise options. ����������� B. Past Performance: The Government will determine acceptability based on either Contractor Performance Assessment Reporting System (CPARS) ratings, Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontracting Reporting System (eSRS) or from other sources (if necessary). Recency of past performance is determined by work completed within the past three (3) years. If an offeror has no recent or relevant past performance, past performance will be treated as neutral, resulting in an acceptable rating. Notice to Offerors:� The Government reserves the right to cancel this RFQ, either before or after the closing date.� In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.� Submitted offers shall be valid for 60 days after the closing date of the RFQ. When returning the solicitation (standard form 1449), please complete the following: 1. Company Information (Name & Address) and CAGE Code in Block 17a. 2. Blocks 30a., 30b., and 30c. 3. Pricing beginning on Page 3 (unit price and total amounts for Items 0001, 0002, 0003, 1001, 1002, 2001, 2002, 3001, 3002, 4001, and 4002). 4. Attachment 2 CLIN structure price sheet. 5. Acknowledge Amendment 1
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c07b45158ff2465c8450657dad9da01c/view)
 
Place of Performance
Address: Port Hueneme, CA 93041, USA
Zip Code: 93041
Country: USA
 
Record
SN05615694-F 20200411/200409230145 (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 |
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.