MODIFICATION
D -- Internet/Wifi Installation and Service - Amendment 1
- Notice Date
- 9/18/2013
- Notice Type
- Modification/Amendment
- NAICS
- 517210
— Wireless Telecommunications Carriers (except Satellite)
- Contracting Office
- Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, District of Columbia, 20525
- ZIP Code
- 20525
- Solicitation Number
- CNSHQ13T0043
- Archive Date
- 10/4/2013
- Point of Contact
- Teresa A. Harris, , Ada Hage,
- E-Mail Address
-
teharris@cns.gov, ahage@cns.gov
(teharris@cns.gov, ahage@cns.gov)
- Small Business Set-Aside
- N/A
- Description
- Revised SOW This is a combined synopsis/request issued under solicitation number CNSHQ13T0043 for proposals for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) PART 12 and with the format in Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; quotations are requested and a written solicitation will not be issued. Solicitation CNSHQ13T0043 will incorporate provisions and clauses that are in effect through the latest Federal Acquisition Circular (FAC) 2005-59 dated 5/10/2012. The North American Industrial Classification System (NAICS) code is 517110, Wired telecommunications Carriers The Corporation for National and Community Service (CNCS) has a requirement for Internet/Wifi installation, service and maintenance for the AmeriCorps NCCC Southern Region Campus in Vicksburg, MS CNCS anticipates award of a Firm-Fixed Price (FFP) Base and Four Options that will be awarded via OPEN MARKET as set forth in the Statement of Work included herein. This award shall be made via Lowest Price Technically Acceptable (LPTA). Award will be made on an all or none bases a result of this Request for Quote (RFQ). The period of performance for this award is five years. The duration will commence at contract award continuing for five years. Pricing shall remain in effect for the duration of the award. Instructions, Conditions, and Notices to Offerors CONTENT AND FORMAT OF SUBMISSION: Quotation submittal and all other required documents must be submitted in accordance with this RFQ. Failure to submit the aforementioned information correctly shall make your offer non-responsive, and it shall not receive consideration for award. Please provide a complete price quote and attach a copy of your CAGE Code, DUNS Number, Tax Identification Number, discount terms, and expiration date to your quote. A quotation submitted in response to this solicitation must be submitted electronically and be comprised of the following Sections: SEE ATTACHED REFERENCE DOCUMENTS: -Statement of Work -Pricing Table Additional Information: **Contractor shall submit invoices on a monthly basis. Payment will be made monthly in arrears. Evaluation Criteria The Government intends to award a base and four options to the responsible offeror whose quote is the Lowest Price Technically Acceptable quote/offeror after an evaluation is conducted in accordance with the technical factors in this solicitation. The technical evaluation criteria set forth below have been developed by the program office and have been tailored to their requirements in this particular solicitation. Vendor must include descriptive literature such as illustrations, drawings, or a clear reference that demonstrates the furnished technicall approach clearly meets the government's specifications. The contractor will provide a technical overview of their abilities to perform the services herein. The technical proposal must address the technical factors described herein. Your quote submittal must, at a minimum show: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the company's items being offered in sufficient detail to evaluate compliance with the evaluation factors in this solicitation; (5) Price and any discount terms; (6) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; Questions will not be taken or answered over the phone or by fax. Include in the subject line Internet/WiFi Installation and Service "Solicitation #CNSHQ13T0043". (2) The question period will end Thursday September 19, 2013 at 1:00PM Eastern Time. Questions submitted after this date and time will not be answered. OFFERS MUST BE SUBMITTED ELECTRONICALLY or Via U.S. Postal Service, Over Night Carrier (Address 1201 New York Ave, Rm 8404-C, Washington DC 20525 or Fax (202-606-6985). Place the Solicitation number within the subject line of your submittal. Electronically submitted quotations shall be sent to the following email addresses: teharris@cns.gov, Teresa Harris Contract Specialist w/Cc: ahage@cns.gov - Ada Hage, Contracting Officer. **It is the contractor's/offeror's responsibility to ensure that electronically submitted proposals are received by the Government by the due date. **The due date for the receipt of proposals is Thursday, September 19th 2013 at 2:00pm Eastern Time. ** SERVICE OF PROTEST (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Ada Hage Corporation for National & Community Service 1201 New York Ave NW (8th Floor) Washington, DC 20525 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. OTHER SUBMITTAL ITEMS THAT MUST ACCOMPANY PROPOSAL Offeror shall complete the attached Quotation Cover page in its entirety, submit Current ORCA Record or FAR: The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition. The full text version may be viewed at http://www.acquisition.gov/far.FAR 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposal or indicate that the registration has been completed at the ORCA website http://www.sam.gov. Failure to include this information with the price proposal may render an offeror ineligible for award. The FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition and will be incorporated into any resulting contract. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition, specifically the following cited clauses and provisions are applicable: 52.222-21, Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Payment by Electronic Funds Transfer-Central Contractor Registration;52.252-2, and Clauses Incorporated By Reference. The contractor must be registered in the Central Contractor Registration (CCR) database to be eligible for award. Contractors can register at www.sam.gov. Full text versions of clauses and provisions may be viewed at http://www.acquisitions.gov/far. EVALUATION FACTORS FOR AWARD The Government intends to award a base and four options to the responsible offeror whose proposal is the Lowest Price Technically Acceptable Offer after an evaluation is conducted in accordance with the factors in this solicitation. The technical evaluation criteria set forth below have been developed by the program office and have been tailored to the requirements in this solicitation. The Offeror is informed that these criteria, (1) serve as the standard against which all proposals will be evaluated and (2) serve to identify the significant matters which the Offeror should specifically address in complying with the requirements of this solicitation. In order to be considered for award, the offer must be determined to be technically acceptable. The technical evaluation factors for this procurement are Lowest Price Technically Acceptable (LPTA). Criteria under the LPTA process are judged on a pass-fail basis only. No other rating or qualitative value will be assigned. To be determined technically acceptable, all factors must be acceptable to obtain a pass rating for the technical proposal. Any technical proposal that does not receive acceptable assessment for all factors will receive a fail rating for the technical proposal. Award will be made to the lowest-priced, technically acceptable, responsible offeror, with satisfactory past performance. The contractor will provide a technical overview of their abilities to provide Internet/Wifi Installation and Service for the AmeriCorps National Civilian Community Corps (NCCC) campus located in Vicksburg, MS. The technical proposal must validate the technical factors described herein. The vendors must submit a technical proposal that demonstrates technical capability, and descriptive to validate current technical qualifications and certifications for the following Technical Factors: 1. Vendor has the ability to provide tower installation, wiring and connection to the onsite main switch.* 2. Vendor has the ability to provide wireless connectivity that covers a minimum of 30,000 square feet of the NCCC Southern Region Campus located at 2715 Confederate Ave, Vicksburg, MS 39180* 3. Vendor has the ability to expand bandwidth requirements to not less than 20 Megs of equal downstream and upstream bandwidth during peak activity levels, and the ability to cover surges without additional cost to the government.* 4. Vendor has the ability to remedy service interruptions within 24 hours of notification of internet outages.* 5. Vendor demonstrates extensive knowledge of the wiring diagram infrastructure of the NCCC campus located at 2715 Confederate Avenue, Vicksburg, MS 39180.* 6. Vendor has the ability to provide all resources required for installation and maintenance of WIFI/Internet Services for no less than 320 users* *Note: Provide supporting narrative for each factor above
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ13T0043/listing.html)
- Place of Performance
- Address: AmeriCorps NCCC Southern Region Campus, 2715 Confederate Ave., Vicksburg, Mississippi, 39180, United States
- Zip Code: 39180
- Zip Code: 39180
- Record
- SN03192995-W 20130920/130918235157-c69f4c7acac3cf4fc785e8339e807037 (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 |