SOLICITATION NOTICE
D -- IT and Telecom - Network Support Services (Labor)
- Notice Date
- 12/4/2020 4:46:18 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517311
— Wired Telecommunications Carriers
- Contracting Office
- NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
- ZIP Code
- 96860-4549
- Solicitation Number
- N0060421Q4007
- Response Due
- 12/10/2020 12:00:00 AM
- Archive Date
- 12/25/2020
- Point of Contact
- Andrew Leituala 808-473-7937
- E-Mail Address
-
andrew.leituala@navy.mil
(andrew.leituala@navy.mil)
- Awardee
- null
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at 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 both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N0060421Q4007. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-02 and DFARS Publication Notice 20201130. 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/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The applicable NAICS code is 517311 (Wired Telecommunications Carriers) with a small business size standard of 1,500 Employees. This proposed contract is a competitive, unrestricted action. The Small Business Office concurs with this decision. The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests a quote from qualified sources capable of providing the following services, which will result in a Firm Fixed Price (FFP) contract: CLIN 0001 � Basic Cable Services � 18 Units � Base Year Period of Performance 15 January 2021 � 14 January 2022 Refer to Attachment 2 for locations CLIN 0002 - Digital Cable Services Per Outlet � 3 Units � Base Year Period of Performance 15 January 2021 � 14 January 2022 Refer to Attachment 2 for locations CLIN 0003 - Digital Cable Services Set � Top Box � 4 Units � Base Year Period of Performance 15 January 2021 � 14 January 2022 Refer to Attachment 2 for locations CLIN 1001 � Basic Cable Services � 18 Units � Option Year 1 Period of Performance 15 January 2022 � 14 January 2023 Refer to Attachment 2 for locations CLIN 1002 - Digital Cable Services Per Outlet �3 Units � Option Year 1 Period of Performance 15 January 2022 � 14 January 2023 Refer to Attachment 2 for locations CLIN 1003 - Digital Cable Services Set � Top Box � 4 Units � Option Year 1 Period of Performance 15 January 2022 � 14 January 2023 Refer to Attachment 2 for locations The following attachments are applicable: ATTACHMENT 1: FAR Provision 52.212-3 with Alt I ATTACHMENT 2: Cable Service Specifications and locations Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 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 52.212-1 Instructions to Offerors � Commercial Items 52.212-3 Offeror Representations and Certifications � Commercial Items � Alternate I 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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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. 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 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 Combatting Trafficking in Persons 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services � Requriements 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.232-33 Payment by Electronic Funds Transfer- SAM 52.232-36 Payment by Third Party 52.217-5 Evaluation of Options 52.217-9 Option to Extend the Term of the Contract 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim (End of Clause) 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 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.232-7003 Electronic Submission of Payment Requests 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 252.244-7000 Subcontracts for Commercial Items Quoters shall include a completed copy of 52.212-3 and its ALT I with their quotes or may be deemed unresponsive. The intended outcome of the RFQ is the issuance of a single-award, firm-fixed price purchase order to the responsible quoter offering the best value. The Government intends to evaluate quotations and issue a purchase order based on the initial quotations received. Therefore, the quoter�s initial quotation should contain the quoter�s best terms from a price and technical standpoint. Award of the contract resulting from this RFQ will be made to the responsible quoter whose quote is technically acceptable, in full compliance to all other requirements set forth in the RFQ, and the lowest price determined to be fair and reasonable. To be considered technically acceptable the quoters must complete Attachment 1 and be able to provide the services requested at the location(s) indicated in this solicitation to include Attachment 2. The Contracting Officer will rank quotes from lowest to highest price and review the technical quotes of the three lowest priced quotes first. If the lowest priced quote is technically acceptable and can meet all of the requirements identified in Attachment 2, then upon a fair and reasonable determination an award will be made to the lowest priced, technically acceptable quote. This announcement will close at 1200 hours (12:00PM) Hawaii Standard Time on Thursday, 10 December 2020. Contact Andrew Leituala who can be reached at email: andrew.leituala@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. The quoter shall provide a quote in response the terms of the solicitation and the final contract award will be based on a determination of responsibility and lowest price. 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. Quotes over 10 pages in total will not be accepted by facsimile. 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/a03c76bb88484f3e8819d58dcded644d/view)
- Record
- SN05866805-F 20201206/201204230138 (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 |