MODIFICATION
R -- Media Monitoring, Analytics and Distribution Services
- Notice Date
- 12/1/2020 7:12:53 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 519190
— All Other Information Services
- Contracting Office
- NASA HEADQUARTERS WASHINGTON DC 20546 USA
- ZIP Code
- 20546
- Solicitation Number
- 80HQTR21Q0001
- Response Due
- 1/4/2021 10:00:00 AM
- Archive Date
- 01/19/2021
- Point of Contact
- Darrin Holland, Phone: 3012864095, Maria L. McNamee, Phone: 3012868109
- E-Mail Address
-
darrin.l.holland@nasa.gov, maria.l.mcnamee@nasa.gov
(darrin.l.holland@nasa.gov, maria.l.mcnamee@nasa.gov)
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and using simplified acquisition procedures in accordance with FAR Part 13, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; offers are being requested and a separate written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) under solicitation number 80HQTR21Q0001 for media monitoring, analytics and distribution services, including but not limited to specific tools and services with which agency users can: Gain access to news and information content from a variety of traditional and digital media channels that is related specifically to NASA�s missions, goals, objectives, activities and interests; Conduct and report on quantitative and qualitative assessment of this content in order to gauge return on investment; and Engage strategically with media content creators and influencers order to advance NASA�s goals, objectives and interests. The provisions and clauses in the RFQ are those in effect through FAC 2021-02. The NAICS Code and Size Standard are 519190 and $30.0M, respectively.� The offeror shall state in their offer their size status for this acquisition. All responsible sources may submit an offer which shall be considered by the agency. Delivery shall be free on board (FOB) Destination. Offers/quotations for the service(s) described above and in the enclosed/attached are due by 1pm EST on January 4, 2021, to darrin.l.holland@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative.� Submitted quotations shall list two points of contacts including name, phone number, and email address. �Offerors shall use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:https://www.gsa.gov/forms-library/solicitationcontractorder-commercial-items. NASA Clause 1852.215-84, Ombudsman, is applicable. �The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html� This posting, in addition to any attached documents, will be available on www.beta.sam.gov. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).� Prospective offerors are encouraged to notify this office of their intent to submit an offer (see Enclosure 5). Please submit intent by no later than December 8, 2020.� All contractual and technical questions must be submitted electronically via email to Darrin L. Holland, darrin.l.holland@nasa.gov not later than December 8, 2020.� Telephone questions will not be accepted. The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines. Failure to submit a complete electronic proposal by the due date and time specified for this RFQ shall result in the proposal being considered late, and shall be handled in accordance with FAR 52.212-1 Instructions to Offerors - Commercial Items (JUN 2020). The following clauses and provisions are incorporated; full text of by reference clauses and provisions may be accessed electronically at: FAR - https://www.acquisition.gov/browse/index/far����������� NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf 52.212-1���Instructions to Offerors�Commercial Items �(JUN 2020) (a)�North American Industry Classification System (NAICS) code and small business size standard.�The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b)�Submission of offers.�Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show� (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) �Remit to� address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c)�Period for acceptance of offers.�The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d)�Product samples.�When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e)�Multiple offers.�Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f)�Late submissions, modifications, revisions, and withdrawals of offers.�(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is �late� and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and� (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g)�Contract award (not applicable to Invitation for Bids).�The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h)�Multiple awards.�The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i)�Availability of requirements documents cited in the solicitation.�(1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to�GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW, Washington, DC 20407, Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by� (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j)�Unique entity identifier.�(Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation �Unique Entity Identifier� followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at�www.sam.gov�for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at�www.sam.gov�for establishing the unique entity identifier. (k) [Reserved] (l)�Debriefing.�If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) ADDENDA TO FAR 52.212-1, INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS (JUN 2020), are as follows: A page is defined as one side of a sheet, 8-1/2""X 11"", with at least one inch margins on all sides, using not smaller than 12 point type. Line spacing or the amount of vertical space between lines of text shall not be less than single line (Microsoft Word's default line spacing). Character spacing shall be ""Normal"", not ""Expanded"" or ""Condensed."" The margins may contain headers and footers, but shall not contain any quotation content to be evaluated. Foldouts count as an equivalent number of 8-1/2"" X 11"" pages. The metric standard most closely approximating the described standard 8-1/2"" x 11"" size may be used. Diagrams, tables, artwork, and photographs may be reduced and, if necessary, run landscape or folded to eliminate oversize pages. Text in Diagrams, charts, tables, artwork, and photographs shall be no smaller than 10 point. Diagrams, tables, artwork, and photographs shall not be used to circumvent the text size limitations of the quotation. Please prepare your quotation in accordance with the following RFQ enclosures: ENCLOSURE 1 includes the Standard Form 1449, which requires that blocks 12 (if applicable), 17, and 30 be completed and returned. Enclosure 1 also includes the model order �and all Attachments to the order. ENCLOSURE 2 is the Past Performance Questionnaire that must be completed and returned by the questionnaire respondent directly to this office no later than the quotation due date for this RFQ designated on the SF 1449, Block 8. ENCLOSURE 3 is FAR 52.212-3, Offeror Representations And Certifications�Commercial Items (OCT 2020) Alternate I (OCT 2014) to be completed and returned with offer. ENCLOSURE 4 is Adobe Acrobat DC Conversion Instructions. ENCLOSURE 5 is the Notice of Intent to Submit a Quotation form that should be completed and returned to the undersigned as soon as the Offeror makes a determination that a quotation will be submitted. ENCLOSURE 6 is the Informational Technology Security Management Plan template (provided for informational purposes only), which shall be used by the successful Offeror to develop the required plan deliverable item due 30 days after the order effective date. ENCLOSURE 7 is the Government Quality Assurance Surveillance Plan (QASP) provided for information purposes only. Quotation will be submitted on the SF 1449, or as otherwise specified in the RFQ.� As a minimum, quotation must show� The RFQ number; The time specified in the RFQ for receipt of quotes; The name, address, telephone and facsimile number of the offeror; A description of the service(s) being offered in sufficient detail to evaluate compliance with the requirements of the RFQ;� Price and any discount terms; and Past Performance information. If applicable, list all specific exception(s), deviation(s), or conditional assumption(s) to the terms, conditions, and requirements of this RFQ (such as Statement of Work, order terms and conditions, and Quotation Instructions).� This list must include all exception(s), deviation(s) and/or conditional assumptions along with an explanation for each. Offeror shall agree to hold the prices proposed in response to this RFQ firm for at least 90�calendar days from the date specified for receipt of quotation. The Past Performance Questionnaire attached to this notice must be completed and returned by the questionnaire respondent directly to this office. The Offeror is responsible for ensuring that the questionnaire is completed and submitted, via email to darrin.l.holland@nasa.gov no later than the due date for this RFQ. Prime Offerors shall furnish the information requested for all of your most recent contracts (completed and ongoing) for similar efforts with a minimum average annual price incurred of $239,000 that your company has had within the last 3 years of the RFQ release date. A proposed significant subcontractor is defined as any proposed subcontractor that is estimated to meet/exceed an average annual price of $96,000. The Offeror shall provide the information requested below for any significant subcontractor(s) for those similar efforts within the last 3 years of the RFQ release date with a minimum average annual price incurred of at least $96,000.00.� If a prime Offeror or significant subcontractor is submitting past performance data on a current/past contract vehicle that includes multiple tasks, orders, etc, all effort under that contract vehicle may be consolidated for the purposes of meeting the average annual price incurred in the instructions above and for the purpose of evaluating contract relevance for the proposed requirement. The offeror and any proposed significant subcontractor(s) shall provide the questionnaires provided to each of the references to establish a record of past performance. The Offeror shall instruct each of its references to return the questionnaire directly to the Government Contract Specialist via email. The questionnaire respondent shall be a representative from the technical customer and responsible Contracting Officer with direct knowledge of your firm's performance. If possible, the Offeror and any proposed significant subcontractor(s) shall provide questionnaires to customers from NASA contracts, other Government contracts, and commercial contracts. For proposed significant subcontractor(s), references shall concern only work performed by the subcontractor�s business entity that will perform the work under this contract, if awarded. The Offeror shall include a list of those to whom the questionnaires were sent, including name of individual, phone number, organization, and contract number. Offerors shall include in their proposal the written consent of their proposed significant subcontractors to allow the Government to discuss the subcontractors' past performance evaluation with the Offeror. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (JUN 2020) Alt I (OCT 2014) � Enclosure 3, or complete electronic annual representations and certifications at SAM.gov with its offer. FAR 52.212-2, Evaluation -- Commercial Items (OCT 2014) (a) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors are in descending order of importance and shall be used to evaluate offers: Technical Capability, Price, and Past Performance. Offerors are advised that a quote meeting the objectives and requirements with the lowest price may not be selected if award to a higher-priced Offeror is determined to be most advantageous to the Government. In accordance with FAR 13.106-2(b)(3), comparative evaluations will be conducted to determine the offer that will be most advantageous to the Government. An Offeror�s quote will be deemed technically unacceptable and removed from further consideration for award if the Offeror�s quote does not demonstrate that all of the requirements listed in this solicitation can be met in a satisfactory manner. A price analysis will be conducted in accordance with FAR 15.305(a)(1). Price analysis is described at FAR 15.404-1(b). This analysis is done to ensure that a �fair and reasonable� price is paid by the Government. The pricing should be provided in a monthly breakout for the base and each individual option period. An effective date of April 10, 2021 shall be used. Pricing should be provided separately for the 30-day firm-fixed price phase-in period. Past Performance will be measured on the following criteria: An offeror�s past performance will be evaluated based on FAR Part 15 and the evaluation criteria in this provision. All past performance references must meet the �recent� and minimum average annual price expenditures criteria provided below for both prime contractor references and significant subcontractor references in order to be evaluated.� For purposes of past performance, the term �Offeror� refers to a prime contractor and its significant subcontractors. Accordingly, the past performance of significant(s) subcontractors shall also be evaluated and attributed to the Offeror. The past performance of a significant subcontractor will be compared to the work proposed to be performed by that subcontractor. The past performance of the prime contractor will be weighted more heavily than any significant subcontractor or combination of significant subcontractors in the overall past performance evaluation. A �recent� contract is a contract that is ongoing or completed less than 3 years prior to the issuance of this RFQ. Contracts completed more than 3 years prior to issuance of this RFQ will not be considered recent and will not be considered or evaluated.� A �relevant� contract depends on the size and content of the contract with respect to this acquisition.� For a prime contractor�s contract reference(s) to be considered at least minimally �relevant�, it must meet/exceed an average annual price incurred of at least $239,000.00. A proposed significant subcontractor for this procurement is defined as any proposed subcontractor that is estimated to meet/exceed an average annual price of $96,000.00. For a significant subcontractor�s contract reference(s) to be considered at least minimally �relevant�, it must meet/exceed an average annual price of $96,000.00. If the contract is deemed recent and meets the above minimum average annual price expenditures criteria, the Government will then determine the degree of relevance - i.e., level of pertinence - of the contract based on size and content. The term �content� means the type and complexity of services, work, or supplies, in comparison to the requirements of this solicitation. The Government may consider past quantities and periods of performance in evaluating overall relevance. The performance evaluation will be based primarily on customer satisfaction and/or contract data in meeting technical, schedule, cost, and management requirements.� Additional performance factors may include contract administration, occupational health, safety, security, subcontracting plan goals and small disadvantaged business participation targets, if applicable, and other contract requirements. The Government may review and consider past performance information on other contracts that it is aware of or that are made available from other sources and inquiries with previous customers. These contracts (if any) must meet the above �recent� and minimum average annual price expenditures criteria to be evaluated. An Offeror shall not be considered favorably or unfavorably if the offeror does not have a record of �recent� and �relevant� past performance or if a record of past performance is unavailable. However, an offeror with favorable, recent, and relevant past performance that meets the minimum average annual price expenditures indicated above may be considered more favorably than an offeror with no relevant past performance information. The Government will consider an Offeror�s explanation of any problems encountered on any identified contracts, and any corrective actions taken by the offeror. The overall evaluation of an Offeror�s Past Performance will reflect a subjective evaluation of the information contained in the written narrative; past performance evaluation input provided through customer questionnaires; and other references, if any, that the Government may contact for additional past performance information. The Offeror shall provide a detailed phase-in plan that addresses, at a minimum, the Offeror's approach to phase-in sufficient to ensure continuity and a smooth transition with the incumbent contractor during the 30-day phase-in period. The phase-in plan shall clearly demonstrate an ability to assume full order responsibility on the effective date of the order. The phase-in plan shall also specifically address how ongoing work will be maintained, the proposed management organization, schedule, orientation and training of personnel.� If the phase-in plan assumes any dependency upon the incumbent contractor or involvement of NASA personnel during the phase-in period, please identify. The 30-day phase-in period will be accomplished through the issuance of a separate firm fixed price purchase order.� The Government will evaluate for completeness and effectiveness the Offeror�s proposed phase-in plan and its ability to ensure continuity and a smooth transition during the 30-day phase-in period.� The Government will evaluate for realism the Offeror�s proposed approach and likelihood of successfully assuming full order responsibility on the effective date of the order.� The Government will evaluate how effectively the phase-in plan addresses the orderly transition of ongoing work, the proposed management organization, schedule, staffing plan, orientation and training of personnel.� The Government will evaluate for reasonableness and appropriateness the extent of involvement of NASA personnel and dependencies on the incumbent contractor during the phase-in period.� (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 option prices are significantly 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. (End of provision) FAR 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (Aug 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it �does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. Definitions. As used in this provision� ����� Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to� ��������������� (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ��������������� (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. ���������� (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to� ��������������� (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ��������������� (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any us...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/402a905c2809432fb3496ca9d474782f/view)
- Record
- SN05863230-F 20201203/201201230136 (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 |