Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 19, 2013 FBO #4408
MODIFICATION

D -- D304 CELL PHONE SERVICES

Notice Date
12/17/2013
 
Notice Type
Modification/Amendment
 
NAICS
517210 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060414T3016
 
Response Due
12/20/2013
 
Archive Date
1/4/2014
 
Point of Contact
JIMMIE TOLOUMU 808-473-7906
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION TO CORRECT THE REQURIED CLINS AND STATEMENT OF WORK. This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures at FAR Part 13 as supplemented with the additional information included in this notice. 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 FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The Request for Quotation (RFQ) number is N00604-14-T-3016. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-71 and DFARS Change Notice 20131216. It is the responsibility of the contractor 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 517210 and the Small Business Standard is 1500 Employees. This RFQ is executed on an unrestricted competitive basis. The NAVSUP Fleet Logistics Center Pearl Harbor Contracting Department requests responses from qualified sources capable of providing the following cell phone services in accordance with the attached Statement of Work (SOW): BASE YEAR CLINs 0001 thru 0006 - Period of Performance is 01 Jan 2014 thru 31 Dec 2015. All CLINs require a Fixed Fee. CLIN 0001Qty/U/I: 12 MonthsBlackberry Plan to include unlimited local voice calling, local SMS, and local Blackberry data services. Plan shall also include unlimited voice calling and SMS to the United States with Unlimited US Voice calling, SMS and Data Roaming. Plan shall also include unlimited International voice calling and SMS with Unlimited International Voice calling, SMS, and data roaming. TOTAL OF 33 UNITS CLIN 0002Qty/U/I: 12 MonthsEMERGENCY 911 SURCHARGES; PER UNIT CLIN 0003Qty/U/I: 12 MonthsLNP SURCHARGES; PER UNIT CLIN 0004Qty/U/I: 12 MonthsUNIVERSAL SERVICE FEE; PER UNIT CLIN 0005Qty/U/I: 12 MonthsSECURITY DEPOSIT; PER UNIT CLIN 0006Qty/U/I: 12 MonthsACTIVATION FEE; PER UNIT Contents of CLIN 0004: a. Outgoing TXT Messaging U.S. and International b. Outgoing TXT Messaging Philippines c. Toll I Long distance charges d. Universal Service Fee Incoming Calls e. GSM Roaming to U.S. Incoming Outgoing f. GSM Roaming International Incoming Outgoing g. Data Roaming U.S. h. Data Roaming International DELIVERY shall be made to: LSC(SW) Chris A. Lapid Naval Special Warfare Unit “ 1 PSC 455 Box 182 FPO AP 96540-1182 Comm: 671-339-6033 Email: chris.lapid@navsoc.socom.mil Fax: 671-339-6288 Delivery date is requested within 30 DAYS of receipt of award by 4:00 PM GUAM STANDARD TIME. Please provide details your delivery plans. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation “ Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 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 52.204-13, System for Award Management Maintenance 52.209-6, Protecting the Government ™s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchase 52.232-36, Payment by Third Party 52.232-18, Availability of Funds 52.247-34, FOB Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.204-7003, Control of Government Personnel Work Product 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law “ Fiscal Year 2014 Appropriations. 252.212-7001 Contract Terms and Conditions Required Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7000, Buy American Statute “ balance of Payments Program Certificate 252.225-7001, Buy American Act & Balance of Payments 252.232-7010, Levies on Contract Payments 252.235-7005, Representation Relating to Compensation of Former DoD Officials 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023 Alt III Transportation of Supplies by Sea This announcement will close on Friday, December 20 at 10:00 a.m., Hawaii Standard Time. Please submit offers to jimmie.toloumu@navy.mil. Please contact Jimmie Toloumu at 808-473-7906 with any questions you may have. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. This final contract award will be based on a technical capability of the services/items offered to meet the Government requirement, price, and past performance. To facilitate processing of your quote please include your DUNS number, CAGE CODE number and your Federal Tax Identification number on your quote. Vendor must be able to accept Governmentwide commercial purchase card. All quotes shall include price(s), FOB Destination, a point of contact, name and phone number, GSA contract number if applicable, business size, CAGE CODE and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060414T3016/listing.html)
 
Record
SN03253041-W 20131219/131217234606-c8b0a0414c8b10c9413ce90448290501 (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.