Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2014 FBO #4432
SOLICITATION NOTICE

S -- Internet/Cable Services

Notice Date
1/10/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
515210 — Cable and Other Subscription Programming
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
F2VUPA4008A001
 
Archive Date
2/26/2014
 
Point of Contact
Joyce K. Wright, Phone: 813-828-4187
 
E-Mail Address
joyce.wright@us.af.mil
(joyce.wright@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial supply and/or 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; proposals are being requested and a written solicitation will NOT be issued. This is a Request For Quote (RFQ) and the solicitation number is F2VUPA4008A001. This acquisition is unrestricted. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: DESCRIPTION OF REQUIREMENT: Internet/Cable Service CLIN 0001 - (Base Year) Provide internet/cable service for our public affairs office. The following characteristics apply: Bus Svc 50M x 5M 5 Static IP Digi Box Business TV GENERAL REQUIREMENTS: - Need a cable/internet service provider that will provide cable for up to four (4) offices within our PA section - Must have access to all the major news channels and military channels listed: CNN, MSNBC, Fox News, NBC, History Channel, CSPAN I, II, III and access to local media coverage Must also include the Pentagon Channel, Military Channel, and the Smithsonian Channel - For the internet service, we have five (5) internet drops that provide unrestricted access to the internet for monitoring websites that would normally be blocked by our Command restrictions and policies - The five (5) internet drops will need to have fixed IP addresses in order for our snap stream media server to continuously capture and record keyword news alerts - Minimum bandwidth requirement must meet our current rates or higher. We currently have 50M x 5M" CLIN 1001 - (Option Year One) Provide internet/cable service for our public affairs office CLIN 2001 - (Option Year Two) Provide internet/cable service for our public affairs office The 6-month extension of services is IAW FAR 52.217-8, "Option to Extend Services" and will only be utilized if necessary. The 6-month extension of services is not to be considered part of Option Year Two period and will be a separate option exercised if it is utilized. However, proposed pricing for the 6-month extension will be based on Option Year Two pricing. NOTE: Cable and Internet lines are already in the facility. If you must quote new cable and internet lines, please do at the end of the CLIN structure. PLEASE NOTE: Contractor must be able to meet all specified requirements. Proposal should thoroughly describe how you will meet all the needs of this requirement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 effective 01 January 2014, DFAR DCN 20131231, and AFFAR AFAC 2013-0827. The North American Industry Classification System code (NAICS) is 515210, Subscription Television Networks. The Standard Industrial Classification (SIC) is 4841, Cable and Other Pay Television Services. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the offeror that is determined to be technically acceptable and in the best interest of the government. 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement - Offeror must describe how the proposed solution meets or exceeds ALL capabilities in the attached document. Failure to do so will result in the offer being considered non-responsive. Offeror must also include how many images/videos offeror has in media library. (ii) price; (iii) past performance (see FAR 15.304); - offeror shall provide 3 recent and relevant references (recent = within the past 5 years, relevant = similar to this effort in size and scope) Technical and past performance, when combined, are more important, when compared to price (b) Options. 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) DELIVERY ADDRESS: This service is procured on behalf of United States Special Operations Command (USSOCOM), MacDill AFB, (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.204-13, Central Contractor Registration Maintenance; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7001, Pricing of contract modifications; DFARS 252.247-7023, Alt III, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101 Ombudsman. (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen Mr Gregory S. Oneal, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10, Scott AFB IL 62225, (618) 229-0184, fax (618) 256-6668 email: gregory.oneal @us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Tuesday, 11 February 2014, by 12:00 p.m. (noon) EST. Submit offers or any questions to the attention of Joyce Wright, 6CONS/LGCB, by email to joyce.wright@us.af.mil or alyson.gowin@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUPA4008A001/listing.html)
 
Place of Performance
Address: 7701 Tampa Point Blvd, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN03265325-W 20140112/140110235704-178eb73c7551a9b093475e25ba4e402b (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.