SOLICITATION NOTICE
D -- Local and Long-Distance Telecommunication Service Upgrade
- Notice Date
- 8/8/2025 8:10:07 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517111
—
- Contracting Office
- FA6656 910 AW LGC YNGSTN WRN ARPT VIENNA OH 44473-0910 USA
- ZIP Code
- 44473-0910
- Solicitation Number
- FA665625Q0014
- Response Due
- 9/10/2025 10:00:00 AM
- Archive Date
- 09/25/2025
- Point of Contact
- Jasmine Corpa, Phone: 3306091698
- E-Mail Address
-
jasmine.corpa@us.af.mil
(jasmine.corpa@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for a commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA665625Q0014 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2025-05 (7 August 2025) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 1/17/2025 (17 January 2025). This solicitation is for full and open competition. The North American Industrial Classification System (NAICS) code for this commercial service is 517111; the small business size standard is 1500 employees. The 910th AW has a requirement to procure the commercial service listed below. SCHEDULE OF SUPPLIES/SERVICES: The purpose of this contract is for services related to local and long-distance telecommunication services in accordance with the attached Performance Work Statement (PWS). In accordance with the PWS, contractor must document that they have the technical capability to perform the needed services. Attached is a sample quote schedule that can be used for the quotation. The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. These provisions and clauses can be read in full text and accessed electronically at the following website: http://www.acquisition.gov/far. List of applicable provisions: FAR 52.201-1, Acquisition 360: Voluntary Survey. (Sep 2023) FAR 52.204-7, System for Award Management (Nov 2024) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders � Representation and Disclosures. (Dec 2023) FAR 52.212-1, Instructions to Offerors, Commercial Items (Sep 2023) FAR 52.212-2, Evaluation -- Commercial Items, (Nov 2021) The evaluation factors that will be used to determine award will be lowest price technically acceptable. 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). FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items Alt 1 (Feb 2024). Offerors must include a completed copy of the provision at FAR Part 52.212-3 or have completed the on-line certification at http://www.sam.gov. FAR 52.217-5, Evaluation of Options (July 1990) FAR 52.237-1, Site Visit. (Apr 1984) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Sep 2022) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. (Oct 2016) DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services-Representation. (Dec 2019) DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation. (May 2021) DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements. (Nov 2023) DFARS 252.204-7024, Notice on the Use of the Supplier Performance Risk System. (Mar 2023) DFARS 252.225-7055, Representation Regarding Business Operations with the Maduro Regime. (May 2022) DFARS 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation. (Jun 2023) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) List of applicable clauses: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award (Jun 2020) FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) FAR 52.204-30, Federal Acquisition Supply Chain Security Act Orders-Prohibition. (Dec 2023) FAR 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jan 2025) FAR 52.212-4, Contract Terms and Conditions-Commercial items (Nov 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services. (DEVIATION 2025-O0003 AND O0004) (Mar 2025) FAR 52.217-8 Option to Extend Services (Nov 1999) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-35, Equal Opportunity for Veterans (Jun 2020) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) FAR 52.222-41, Service Contract Labor Standards (Aug 2018) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) FAR 52.222-50, Combating Trafficking in Persons (Nov 2021) FAR 52.222-55, Minimum Wages Under Executive Order 14026 (Jan 2022) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) FAR 52.223-5, Pollution Prevention and Right-to-Know Information. (May 2024) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) FAR 52.232-33, Payment by Electronic Funds Transfer (Oct 2018) FAR 52.232-36, Payment by Third Party (May 2014) FAR 52.233-1, Disputes (May 2014) FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights (Dec 2022) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (May 2024) DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. (Jan 2023) DFARS 252.204-7020, NIST SP 800-171 DoD Assessment Requirements. (Nov 2023) DFARS 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime. (Jan 2023) DFARS 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region. (Jun 2023) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (Jan 2023) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel. (Jan 2023) DFARS 252.239-7002, Access. (Dec 1991) DFARS 252.239-7007, Cancellation or Termination of Orders. (Sep 2019) DFARS 252.244-7000, Subcontracts for Commercial Products or Commercial Services (DoD Contracts) (Nov 2023) 252.247-7023, Transportation of Supplies by Sea. (Oct 2024) AFFARS 5352.201-9101, Ombudsman (Oct 2019) AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Oct 2019) AFFARS 5352.223-9001, Health and Safety on Government Installations (Oct 2019) FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) A site visit has been scheduled for 20 August 2025 at 9:00am. Documentation is attached with additional information and requirements for base access. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Offerors are required to provide their Contractor�s UEI Number, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for the name and address provided by the Contractor. Offerors are required to be registered in the System for Award Management (SAM) https://www.sam.gov. Offerors must have a current SAM record prior to receiving an award for this solicitation. All responsible sources may submit a response which, if received by the closing date listed below, shall be considered by the 910 CONF/PK. All quotes must state at a minimum the unit price. Offerors are responsible for ensuring their quote has been received and is legible. Quote must be received by the 910th Contracting Office no later than 1:00 p.m. Eastern Time (ET) on Wednesday 10 September 2025. Please submit quote via email to jasmine.corpa@us.af.mil or by mail to 910th CONF/PK, BLDG 504, ATTN: Jasmine Corpa, Youngstown Air Reserve Station, 3976 King Graves Road-Unit 31, Vienna Ohio 44473. If you have any questions or require additional information, please contact Contract Specialist Jasmine Corpa at (330) 609-1698 or jasmine.corpa@us.af.mil. The Government intends to award a firm fixed price (FFP) contract between the Government and the Contractor with a base period of performance of one year, four one-year option periods, and an optional six-month extension period, to the lowest price technically acceptable offer. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any quotation preparation costs. This requirement will be paid via GPC (Government Purchase Card). If the GPC would become unavailable in the future, this requirement would be paid via MORD (Miscellaneous Obligation Reimbursement Document). Contracting Office Address: Youngstown Air Reserve Station 910 CONF/PK 3976 King Graves Rd-Unit 31 Vienna, OH 44473-5931 Place of Delivery/Acceptance: 910 AW CS/SCXP 3976 King Graves Rd. Vienna, OH 44473-5931 Point of Contact: 910 CONF/PK Unit 31 3976 King Graves Rd. Vienna, OH 44473-5931
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/21a9ff84f0244fb3ab6dc5ef32bdd75d/view)
- Place of Performance
- Address: Vienna, OH 44473, USA
- Zip Code: 44473
- Country: USA
- Zip Code: 44473
- Record
- SN07543258-F 20250810/250808230043 (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 |