Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2008 FBO #2440
SOLICITATION NOTICE

S -- Renew cable telivision and high speed internet services for period 1 Aug 2008 through 31 Mar 2009.

Notice Date
7/30/2008
 
Notice Type
Presolicitation
 
NAICS
515210 — Cable and Other Subscription Programming
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, N00604 FISC PEARL HARBOR 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060408T0323
 
Response Due
8/1/2008
 
Archive Date
8/16/2008
 
Point of Contact
Thomas McLain 808-473-7582
 
Small Business Set-Aside
N/A
 
Description
The Regional Contracting Department, Fleet and Industrial Supply Center (FISC), Pearl Harbor Hawaii intends to negotiate an unrestricted, sole source, contract with local sole source provider, Time Warner Entertainment Company, L.P. for renewal of cable television and high speed internet services for Commander U.S. Pacific Fleet utilizing FAR Part 13.106-1(b)(1). Award will be conducted under the provisions of FAR Part 12 Commercial Item and FAR Part 13 Simplified Acquisition Procedures. The prospective contractor must be registered in the Central Contractor Registration (CCR). 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 notice of intent is not a request for competitive quotes. 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 FEDBIZOPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-08-T-0323. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-26 and DFARS Change Notice 20080722. It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS Code is 515210, and the Small Business Standard is $13.5M. All prospective quoters are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. The Regional Contracting Department, Fleet and Industrial Supply Center (FISC) Pearl Harbor, Hawaii requests RFQ responses from qualified sources for the following service: CLIN 0001 Cable television and internet service for Commander U.S. Pacific Fleet for a period of 8 months beginning 1 Aug 2008 through 31 Mar 2009.The Contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense Contract awards. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. The following clauses are applicable by reference: FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instructions to OfferorsCommercial Items; FAR 52.212-4, Contact Terms and ConditionsCommercial Items; FAR 52.252-2, Clauses Incorporated By Reference; DFAR 252.232-7010, Levies on Contract Payments; THE OFFEROR SHALL PROVIDE THE INFORMATION REQUIRED IN THE FOLLOWING CLAUSE: FAR 52.212-3 Offeror Representations and CertificationsCommercial Items - Alt I. FAR 52.212-2, Evaluation Commercial Items, the following factors shall be used to evaluate offers: (1) Technically Acceptable, (2) Price. Award will be made to the low cost, technically acceptable, responsible offeror. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items, includes the following clauses incorporated by reference: FAR 52.219-21Segregate Facilities; FAR 52.222-3, Convict Labor (JUNE 2003)(E.O. 11755); FAR 52.222-19 Child LaborCooperation with Authorities and Remedies (AUG 2007)(E.O. 13126); FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans(SEP 2006)(38 U.S.C. 4212); FAR 52.222-50, Combating Trafficking in Persons (AUG 2007); FAR 52.232-36, Payment by Third Party (MAY 1999)(331 U.S.C. 3332); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items includes the following clauses incorporated by reference: DFARS 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582); DFARS 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) Alternate III (MAY 2002). UNIT PRICES (FISC PH JUL 2008) Contractors unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the Contractor that submitted the prices. If the Contractor does not want his unit prices released, then he shall submit his proposal with the appropriate legends regarding the data, and explain in detail why such data cannot be released as a public record under FOIA. REVIEW OF AGENCY PROTEST (FISCPH) (NOV 2004) (a) The contracting activity, Fleet and Industrial Supply Center, Pearl Harbor (FISCPH), will process agency protest in accordance with the requirements set forth in FAR 33.103 (d). (b) Pursuant to FAR 33.103 (d)(4), agency protests may be filed directly with the appropriate Reviewing Authority or a protester may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. (c) The Reviewing Authority for FISCPH is the Director, Regional Contracting Department (Code 200A), Fleet and Industrial Supply Center, Pearl Harbor, at 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the Contracting Officer or Reviewing Official. (d) Quoters should note this review of the Contracting Officers decision will not extend GAOs timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. All prospective quoters interested in submitting a proposal for this solicitation shall include your name, address, telephone number and point of contact, fax number, e-mail address and commercial and Government Entity (CAGE) code. Quotations are due 1200 Hawaii Standard Time (HST), on August 1, 2008. PROPOSALS SHOULD SUPPLY AN EMAIL ADDRESS OF THE QUOTER IF ONE IS AVAILABLE. The quoter is encouraged to use the Standard Form 1449, Solicitation/Contract Order for Commercial Items. The form can be found at www.gsa.gov. Quotes may be mailed to Regional Contracting Department, Fleet and Industrial Supply Center, 1942 Gaffney Street, Suite 100, Attn: Thomas McLain, Pearl Harbor, HI 96860-4549 or e-mailed to thomas.mclain@navy.mil. Facsimile quotes will be accepted at (808) 474-3524. A determination by the Government not to compete this proposed effort on a full and open competitive basis, based upon responses to this notice, is solely within the discretion of the Government.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9e765854362955f3942f5a5a2230c388&tab=core&_cview=1)
 
Record
SN01626395-W 20080801/080730220644-6b5e3f8f7fce25e4335c9a3a6894f728 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.