SOLICITATION NOTICE
D -- Wiresless Cell Service for Guam
- Notice Date
- 2/13/2014
- Notice Type
- Combined Synopsis/Solicitation
- 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
- N0060414T3034
- Point of Contact
- REGINA K. ASUNCION 808-473-7514
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13.5, 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 RFQ number is N00604-14-T-3034. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72 and DFARS Change Notice 20140129. 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: http://acquisition.gov/far/index.html?menu_id=40 and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 517210 and the Small Business Standard is 1500. The proposed contract is 100% set aside for small business concerns. The commander, Submarine Squadron 15 (COMSURON 15) requests from qualified sources capable of providing the services identified in the attached: Performance Work Statement (PWS) CLIN List Period of Performance is a twelve month period plus one option year March 1, 2014 thru February 28, 2015 (Base year) March 1, 2015 thru February 28, 2016(Option year) Delivery Location is PSC 455, Box 162, FPO, AP 96540-1162 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: 52.204-7, System for Award Management (Jul 2013) 52.204-13, System for Award Management (Jul 2013) 52.212-1, Instructions to Offerors - Commercial Items (Jul 2013) 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; (Nov 2013) 52.212-4, Contract Terms and Conditions - Commercial Items ”(Sept 2013) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Sept 2013) including: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52-219-6 Notice of Small Business Set-aside (Nov 2011) 52.219-9 the Option to Extend the Term of the Contract 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.223- 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) 52.222-35 Equal Opportunity for Veterans (Sept 2010) 52.222-36 Affirmative Action for Workers Disabilities (Oct 2010) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.223-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-36 Payment by Third Party (Jul 2013) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.232-18 Availability of Funds (Apr 1984) 52.247-34, F.O.B “ Destination (Nov 1991) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2, Clauses Incorporated by Reference (Feb 1998) Additional contract terms and conditions applicable to this procurement are: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistle Blower Rights (Sep 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 Alternate A, System for Award Management (May 2013) 252.204-7011, Alternative Line Item Structure (Sep 2011) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) 252.247-7023, Alt III, Transportation of Supplies by Sea (May 2002) 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) 252.232-7010, Levies on Contract Payments (Dec 2006) Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the Award will be made to responsible offeror rated Acceptable for Technical with the proposal offering the lowest fair and reasonable evaluated price. The Government reserves the right to conduct negotiations. All Technical Factors must be rated acceptable before proposal is evaluated for Price. Technical Factor To be technically acceptable, the contractor must demonstrate how it will successfully accomplish the requirements of the RFQ in sufficient detail to establish technical acceptability in accordance with the Performance Work Statement. At a minimum the offeror shall: 1.Capable of providing all general wireless services 2.Demonstrates the ability to provide adequate wireless devices in accordance with section 3.2 of the PWS and appropriately transition users with little to no disruptions. 3.Demonstrates the ability to provide wireless coverage in accordance with section 3.3 of the PWS to include a coverage map. 4.Detail how the offeror will monitor usage to ensure notification requirements are met, as well as, how upon request the offeror will provide detailed information per unit in accordance with section 3.7 of the PWS. All questions and concerns in reference to this RFQ shall be submitted via e-mail NO LATER THAN 20 February 2014 by 1800 Hrs Hawaii Standard Time (HST) to regina.asuncion@navy.mil. This announcement will close at 1800 Hrs HST on 27 February 2014 and all quotes must be received by this time to be considered responsive. All interested quoters shall submit quotations electronically through the Navy Electronic Commerce Online (NECO) or by e-mail to regina.asuncion@navy.mil. The submitter should confirm receipt of an e-mail submission. Lack of registration in the System for Award Management (SAM) database will make a vendor ineligible for award. Vendors may obtain information on registration and annual confirmation requirement by calling 1-866-606-8220, or via the internet at http://www.sam.gov. A determination by the Government to not 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. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060414T3034/listing.html)
- Record
- SN03288005-W 20140215/140213233809-5edd5f0f62beeae58a1058f8b9918065 (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 |