Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 28, 2022 SAM #7454
SOLICITATION NOTICE

D -- CABLE TELEVISION AND INTERNET DATA SERVICES

Notice Date
4/26/2022 1:27:30 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
515210 — Cable and Other Subscription Programming
 
Contracting Office
NAVFAC ENGINEERING COMMAND MARIANAS FPO AP 96540-2937 USA
 
ZIP Code
96540-2937
 
Solicitation Number
N4019222Q4232
 
Response Due
4/27/2022 8:00:00 PM
 
Archive Date
05/28/2022
 
Point of Contact
Florence Garrido, Phone: 6713397205
 
E-Mail Address
florence.garrido@fe.navy
(florence.garrido@fe.navy)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Proposals are being requested and a written solicitation will not be issued. Solicitation N40192-22-Q-4232 is being issued as a Request� for Quote (RFQ). All solicitation documents and incorporated provisions and� clauses� are those in effect through Federal Acquisition Circular (FAC) 2022-04. The NAICS code is 515210 Cable and Other Subscription Programming.This requirement is Unrestricted. Proposals shall include all labor, safety controls, transportation, materials, equipment and supervision necessary to provide Cable Television and Internet Data services to various locations on the Island of GUAM as specified in the Statement of Work. The Government intends to award a contract with Base period PLUS option periods. The following commercial items are requested: CLIN 0001- (Base Period) Cable Television and Internet Data services at various locations on GUAM, M.I. (See Statement of work) PERIOD OF PERFORMANCE: 01 MAY 2022 � 30 APRIL 2023. Proposal prices shall be filled in under CLIN 0001 in Schedule B, Attachment 02. CLIN 0002- (First Option Period) Cable Television and Internet Data services at various locations on GUAM, M.I. (See Statement of work) PERIOD OF PERFORMANCE: 01 MAY 2023 � 30 APRIL 2024. Proposal prices shall be filled in under CLIN 0002 in Schedule B, Attachment 02. CLIN 0003- (Second Option Period) Cable Television and Internet Data services at various locations on GUAM, M.I. (See Statement of work) PERIOD OF PERFORMANCE: 01 MAY 2024 � 30 APRIL 2025. Proposal prices shall be filled in under CLIN 0003 in Schedule B, Attachment 02. All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All Proposals must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a SAM registered company with the intention� of being award �care of� will not be accepted. Proposals must include registered DUNS, CAGE codes, Tax ID, and small business status, and any applicable contract number. FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this request. Proposals must include information and pricing for CLIN 0001, 0002 and 0003 to be considered for award. Price: Price Proposal Prices must be submitted for CLIN 0001,CLIN002 and CLIN 0003 which offeror is required above. This is an all-or-none request; multiple awards will not be made. Price Proposal shall be separate document from the Technical Proposal. Technical Acceptability: Technical Proposals must include; 1) A Written statement with company letter head with corporate address on located on Guam; registered DUNS, CAGE codes, Tax ID, and business status, and NAICS codes that are listed under their SAM profile. The statement will also demonstrate the offerors ability and their understanding of the services detailed in the SOW attachment 01, 2) Corporate experience with a list of past completed projects similar in size and scope in brief detail as an overview of the completed PPQs. Past Performance: Proposals must include two (2) Past Performance Questionnaires, PPQ, of completed contracts or current contracts at 80% completion.Past Performance Questionnaires are included as Attachment_03. Note: Offerors who fail to submit required documentation may be considered nonresponsive. FAR 52.212-2, Evaluation�Commercial Items applies to this request. Award will be based on lowest price technically acceptable. Award will be made without discussions; however, the Government reserves the right to open discussions anytime during evaluation. Technical acceptability means meeting the minimum specifications under CLIN 0001-0003 and providing the information required by FAR 52.212-1. All Proposals will be ranked based on price. Only� the lowest priced Proposal will be evaluated for technical acceptability, unless the lowest priced Proposal is deemed technically unacceptable. If the lowest Proposal is deemed technically unacceptable, the next lowest Proposal will be considered, and so on until an offeror is identified to be technically acceptable. Price: Proposals will be ranked first based on price from high to low. The price evaluation will document the realism, reasonableness, and completeness of the total evaluated price. 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). Technical: The lowest offeror will move forward to the technical evaluation. If the lowest priced Proposal is deemed technically unacceptable, the Government will evaluate the technical acceptability of the next lowest offeror and so on until an awardee is identified. The award will be made to the lowest evaluated price whose offer is deemed technically acceptable. Offeror�� will need to submit resumes of qualified individuals for the positions stated in the SOW for subject matter expert to evaluate and approve. TECHNICAL CRITERIA RATINGS RATING DEFINITION Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their Proposal or be currently registered in the SAM website with their Representations and Certifications completed, see attachment 04. The following provisions and clauses apply to this acquisition: 52.203-13����������������� Contractor Code of Business Ethics and Conduct 52.203-15����� Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 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 52.204-24 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 52.212-1 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 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters. 52.209-10 Prohibition on contracting with Inverted Domestic Corporations. 52.217-8, Option to Extend Services. 52.217-9, Option to Extend the Term of the Contract 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 52.222-41 Service Contract Labor Standards 52.222-50 Combatting Trafficking in Persons 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services � Requirements 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.232-14 Notice of Availability of Progress Payments Exclusively For Small Business Concerns 52.232-13 Notice of Progress Payments 52.232-18 Availability of Funds 52.232-19, Availability of Funds for the Next Fiscal Year 52.232-33 Payment by Electronic Funds Transfer- SAM 52.232-36 Payment by Third Party 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 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 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 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 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea Submit quotes to Addressee Email: florence.garrido@fe.navy.mil. All quotes shall include a point of contact, name and phone number, GSA contract number if applicable, business size, Cage Code, DUNS Number. Responses to this RFQ must be received via e-mail delivery no later than 12:00 PM on 28 April 2022 Guam Local Time. Oral Proposals will not be accepted. Emailed Proposals must be received at the stated addressee email inbox on time and the addressees must be able to open the email and all attachments. No other email receipt will be acceptable. The Government does not accept responsibility for non-receipt of Quotes. It is the contractor�s responsibility to request and receive confirmation of Quote receipt. ATTACHMENTS: Attachment 1- Statement of Work(SOW). Attachment 2 � Schedule of Prices. Attachment 3 � PPQ.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/58898358d97f44d298d66db3087b2d2b/view)
 
Place of Performance
Address: GU, USA
Country: USA
 
Record
SN06307897-F 20220428/220426230110 (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.