SOLICITATION NOTICE
D -- Phone and T1 Services base + 3 options
- Notice Date
- 9/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517911
— Telecommunications Resellers
- Contracting Office
- N68094 Naval Hospital Camp Pendleton P.O. Box 555191 CampPendleton, CA
- ZIP Code
- 00000
- Solicitation Number
- N6809412T0041
- Response Due
- 9/14/2012
- Archive Date
- 9/29/2012
- Point of Contact
- Tim Daniels 760-725-1425
- Small Business Set-Aside
- N/A
- Description
- NOTICE TO CONTRACTOR This is a COMBINED SOLICITATION/SYNOPSIS for commercial items in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation is prepared with the intent to award on a competitive basis. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N68094-12-T-0041 is issued as a request for quotation (RFQ). The closing date is 14 September 2012 at 07:00am Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 517911; Size: 1,500. Naval Hospital Camp Pendleton requests responses from qualified sources capable of providing the following items: Phone Support CLIN 0001, Primary Rate Package 1 (24B+D), 1,000 Pager Protection, QTY: 12, Unit of Issue: Months, Required Date Range: 1 October 2012 - 30 September 2013, $________ CLIN 0002, DS1 for PRI (2 Channel Terminations per circuit), 1,000 Regulatory Admin Fee, QTY: 24, Unit of Issue: Months, Required Date Range: 1 October 2012 - 30 September 2013, $________ CLIN 0003, Primary Rate Trunk Group, QTY: 12, Unit of Issue: Months, Required Date Range: 1 October 2012 - 30 September 2013, $________ CLIN 0004, DID Stations (20 Number Block), QTY: 12, Unit of Issue: Months, Required Date Range: 1 October 2012 - 30 September 2013, $________ CLIN 0005, Digital Line Port Charge (Per PRI), QTY: 12, Unit of Issue: Months, Required Date Range: 1 October 2012 - 30 September 2013, $________ CLIN 0006, Federal Subscriber Line Charge (Per PRI), QTY: 12, Unit of Issue: Months, Required Date Range: 1 October 2012 - 30 September 2013, $________ CLIN 0007, Federal Universal Service Fee (Per PRI), QTY: 12, Unit of Issue: Months, Required Date Range: 1 October 2012 - 30 September 2013, $________ CLIN 0008, Estimated Fees and Surcharges (Will Bill Actual Charges), QTY: 12, Unit of Issue: Months, Required Date Range: 1 October 2012 - 30 September 2013, $________ Point to Point T1 Support CLIN 0009, Channel Termination - Per Site, QTY: 24, Unit of Issue: Months, Required Date Range: 1 October 2012 - 30 September 2013, $________ CLIN 0010, Estimated Fees and Surcharges (Will Bill Actual Charges), QTY: 12, Unit of Issue: Months, Required Date Range: 1 October 2012 - 30 September 2013, $________ This synopsis/solicitation is issued to attain phone and T1 services for 24 phones for a base year and three (3) optional years. STATEMENT OF WORK 1. OBJECTIVE To provide Family Medicine Oceanside Clinic (FMOC) with network connectivity and phone lines. 1.1 Organization: Information Management Department (MID) Naval Hospital Camp Pendleton, CA Box 555191 Code 09MI Camp Pendleton, CA 92055-5191 1.2 TECHNICAL REQUIREMENTS. The purpose of this contract and Task Orders placed hereunder is to support the Naval Hospital Camp Pendleton's Family Medicine Oceanside Clinic with network connectivity and twenty four (24) phone lines. The address for this requirement is 3609 Ocean Ranch Blvd. Oceanside, CA The nature of the support specified under this contract consists primarily of: 1.2.1 Provide T-1 line to FMOC for network. 1.2.2 Provide twenty four (24) telephone lines to FMOC. 1.2.3 Provide 24/7 coverage/support for T-1 lines and phone service. The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-99 System for Award management Registration (AUG 2012) (DEVIATION) 52.211-6 Brand Name or Equal (AUG 1999) 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) 52.212-2 Evaluation Commercial Items (JAN 1999) Evaluation factors in descending order of importance: 1) Technical Capability, 2) Delivery Schedule and 3) Price 52.212-3 Offeror Representations and Certification--Commercial Items (MAR 2012) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2012) with the following clauses incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012), 52.219-28 Post Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.219-1 Alt I Small Business Concern Program Representation (APR 2011) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012) with the following clauses incorporated by reference: 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) HIPAA - Privacy and Security of Protected Health Information The Government intends to award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors to be used to evaluate offers: Technical capability, delivery schedule, past performance, and price. Technical capability and delivery schedule, and past performance, when combined, are significant evaluation factors that will be used to arrive at an award decision. Contractors who do not meet the first 2 factors will not undergo a price evaluation. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2012). A Data Universal Number System (DUNS) number is required to register. Email your quote to Tim Daniels, Email: timothy.daniels@med.navy.mil on or before 14 September 2012 07:00am Pacific Standard Time on. Submitter should confirm receipt of email submissions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68094CP/N6809412T0041/listing.html)
- Record
- SN02872207-W 20120909/120908000050-243b4540fa860cf8282321c56833f2d6 (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 |