SOLICITATION NOTICE
D -- Internet Service Provider
- Notice Date
- 8/12/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- F2X3A14163AC01InternetServiceProvider
- Archive Date
- 9/5/2014
- Point of Contact
- Joshua Lee Norris, Phone: 334-953-2443
- E-Mail Address
-
joshua.norris.6@us.af.mil
(joshua.norris.6@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- I. GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg. 804, Maxwell AFB, Alabama has a requirement to purchase an Internet Service Provider service as described in this document to include a base year and three one-year option periods. This is a streamlined combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This requirement is being listed as a total small business set-aside. This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a Request for Quote (RFQ) for F2X3A14163AC01 Internet Service Provider. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-76 effective 25 Jul 2014 and the DPN 20140805 effective 05 Aug 2014. A Firm Fixed Priced award will be made in accordance with the following: NAICS Code: 517110, size standard 1,500 Employees Notice to Offeror(s): The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any cost. II. SITE VISIT A site visit will be held for this solicitation. The site visit is scheduled for MONDAY, 18 AUGUST 2014 AT 9:30 A.M. CST at Maxwell AFB, AL 36112 (Bldg 942). All vendors interested in attending the site visit must submit a written request to SrA Joshua L. Norris at joshua.norris.6@us.af.mil and Mr. Kevin Albertson at kevin.albertson.1@us.af.mil. Request must include the names, titles and telephone numbers of the individuals that will be attending. THE REQUEST MUST BE SUBMITTED NOT LATER THAN 12:00 P.M (CST) ON 15 AUGUST 2014. A representative from the contracting office will be meeting all responsible sources at the Visitor Center gate of Maxwell AFB, Alabama right off of Maxwell Blvd at 8:45 A.M CST the date of site visit. Individuals attending will be required to possess their driver's license and proof of insurance at the time. Offerors are urged and expected to inspect the site where performance is required and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. III. NATURE OF ACQUISITION: Maxwell AFB has a requirement to purchase Internet Service Provider service to include the installation of fiber optic cables and related components from outside the base to the area of service (Bldg 942). The minimum required bandwidth is 100 Mbps download and upload speed. The installation of service components must allow for a future growth potential of no less than one (1) gigabyte (GB) bandwidth increase without any infrastructure upgrades. The Government has and owns the rights to all fiber optics that are currently installed throughout the designated Building 942. This procurement will be awarded under Simplified Acquisition Procedures. All inquiries/responses to this notice must be received by 21 August 2014, 2:00 P.M. CST. IV. SCHEDULE OF SUPPLIES/SERVICES: The contractor shall provide internet service to Bldg 942 on Maxwell AFB, Alabama. The Government estimates are for an Internet Service Provider to install internet service at the designated demarcation point, to include installationof fiber optic cables and any necessary components to provide internet service to Bldg 942, Maxwell AFB, Alabama 36112. CLIN 0001: Provide internet services in Bldg 942, Maxwell AFB, AL with a minimum bandwidh of 100 MBPS in both directions (upload and download speeds), in accordance with the Statement of Work (SOW). Qty: 12 Unit: Months Unit Price: $____________ Total Cost: $____________ CLIN 0002: Installation of internet point of presence in Bldg 942, Maxwell AFB, AL, to include the installation of fiber optic cables and all related componets. This CLIN is only applicable during the base year of the contract. Qty: 1 Unit: Each (Initial Installation) Total Cost: $____________ CLIN 1001: Provide internet services in Bldg 942, Maxwell AFB, AL with a minimum bandwidh of 100 MBPS in both directions (upload and download speeds), in accordance with the Statement of Work (SOW). Qty: 12 Unit: Months Unit Price: $____________ Total Cost: $____________ CLIN 2001: Provide internet services in Bldg 942, Maxwell AFB, AL with a minimum bandwidh of 100 MBPS in both directions (upload and download speeds), in accordance with the Statement of Work (SOW). Qty: 12 Unit: Months Unit Price: $____________ Total Cost: $____________ CLIN 3001: Provide internet services in Bldg 942, Maxwell AFB, AL with a minimum bandwidh of 100 MBPS in both directions (upload and download speeds), in accordance with the Statement of Work (SOW). Qty: 12 Unit: Months Unit Price: $____________ Total Cost: $____________ PERIOD OF PERFORMANCE: Date of award for a period of one year. V. COST OF SERVICES Contractor will complete the Unit Price and Total Cost in Section IV above (Schedule Of Supplies/Services). IMPORTANT NOTE: Neither Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. VI. REPRESENTATIONS AND CERTIFICATIONS AND SAM REGISTRATION If offerors ORCA Representations and Certifications are not current, then they must include a completed copy of the provisions at FAR 52.212-3, and Alternate I, Offeror Representations and Certifications - Commercial Items. Incomplete or expired Representations and Certifications will render a proposal as non-responsive and it will not be considered. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. VII. BASIS FOR AWARD This is a total small business set-aside acquisition utilizing simplified procedures authorized by FAR 13. An offeror will be determined technically acceptable if no exception is taken to the requirements of this RFQ. Award will be based on price and technical acceptability. Each offeror's proposed price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced proposals. To be considered for award an offeror must be registered in SAM, listed as a small business concern under the SBA-Dynamic Small Business Search, and the contracting officer should be able to determine that a reasonable price has been offered. Award will be made to the lowest price technically acceptable. VIII. CONTRACT TERMS AND CONDITIONS: The following provisions and clauses apply: By reference: The following provisions are included: 52.204-7, System for Award Management 52.212-1, Instructions to Offerors- Commercial Items 52.212-2, Evaluation - Commercial Items 52.212-3 and Alt 1, Offeror Representations and Certifications - Commercial Items 52.217-5, Evaluation of Options 252.204-7004 Alt A, System for Award Management 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law The following clauses are included: 52.203-3, Gratuities 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, System for Award Management Maintenance. 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. 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment. 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-13, Notice of Set-Aside on Orders 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Business Program Representation 52.222-3, Convict 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 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-40, Notification of Employee Rights under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim. 52.222-43, Fair Labor Standards Act and Service Contract Act 52.222-17, Non-Displacement of Qualified Workers 52.232-18, Availability of Funds 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. DFARS Clauses: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.232-7003, Electronic Submission of Payment Requests 252.225-7012, Preference for Certain Domestic Commodities 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002, Requests for Equitable Adjustment By Full Text: Clause 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only because of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 Days. Clause 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 54 months. (End of Clause) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ AFFARS Clauses: 5352.201-9101 OMBUDSMAN (APR 2014) (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 interested 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, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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) 5352.223-9001, Health and Safety on Government Installations (Nov 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000, Contractor Access to Air Force Installation (Nov 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirementWorks may result in withholding of final payment. (End of clause) Special Instruction 45 Required Insurance (June 2001) Reference FAR clause 52.228-5 entitled "Insurance..." the Contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract. a.Workmen's Compensation and Employers Liability Insurance as required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirement in any such State will be satisfactory. The required Workmen's Compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. b.General Liability Insurance. Bodily injury liability insurance, in the minimum limits of $500,000 per occurrence shall be required on the comprehensive form of the policy. c.Automobile Liability Insurance. The insurance shall be required on the comprehensive form of policy and shall provide bodily and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000, per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. This insurance shall cover the operation of automobiles by Contractor employees and authorized Government employees and third parties. Special Instruction 114 Required Posters Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/ main.htm (End of Clause) Special Instruction 119 WAWF-Electronic Submission Of Invoice Reference DFARS Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: Select Type Of Invoice: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. Additional E-Mail Notifications: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following e-mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: TBD Contract Specialist: TBD Contracting Officer: TBD In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. Points of Contact: Joshua L. Norris, SrA, USAF Contracting Administrator Phone (334) 953-2443, Fax (334) 953-3527 joshua.norris.6@us.af.mil Mr. Kevin Albertson Contracting Officer Phone (334) 953-6569, Fax (334) 953-3527 kevin.albertson.1@us.af.mil VIII. STATEMENT OF WORK STATEMENT OF WORK COMMERCIAL INTERNET SERVICE PROVIDER July 2014 Prepared By: 42nd Communications Squadron, Bldg 942 101 Kirkpatrick Avenue Maxwell AFB, AL. 36112 TABLE OF CONTENTS 1.0. SCOPE 2.0. GENERAL DESCRIPTION 3.0. CONTRACTOR RESPONSIBILITIES 4.0 EQUIPMENT OWNERSHIP 5.0. PLACE OF PERFORMANCE 6.0. HOURS OF WORK 7.0. POINTS OF CONTACT 8.0. ADDITIONAL REQUIREMENTS 1.0. SCOPE This Statement of Work (SOW) is for a contractor to install a commercial internet point of presence in the 42nd Communications Squadron Building (Bldg 942), 101 Kirkpatrick Ave, Maxwell AFB, AL 36112. This will allow access to commercial internet, particularly during contingency, for various functions across the installation. This will also include installation of fiber optic cables and any related components from outside the base to Bldg 942. 2.0. GENERAL DESCRIPTION The contractor shall provide all design, labor, and materials to install infrastructure/equipment for the commercial internet service. The internet service must also be provided on a monthly basis. The project will provide internet access to MAXWELL AFB personnel. The following is a summary of work: 1. Install equipment needed to provide internet access in Bldg 942: a. Provide a 100 Mbps or better internet service at the demarcation point. b. Demarcation connectivity must be made via fiber optic cable. c. Must allow for no less than 1GB bandwidth increase without infrastructure upgrades for future growth. 3.0. CONTRACTOR RESPONSIBILITIES 3.1. GENERAL The Contractor shall provide a commercial internet service that will enable users to access internet sites, email, social media, and SSL/IPSEC VPN tunneling. Completed system must adhere to all applicable industry standards. Any work deemed to be not compliant shall be re-worked at the contractor's expense. 3.2. INFRASTRUCTURE The Contractor shall be responsible for acquisition and installation of all necessary equipment and software needed to render the network usable at the demarcation point. Use of existing Maxwell AFB wired and wireless infrastructure will not be approved. Contractor must provide installation of fiber optic cables running to building 942 in order to provide the requested internet service. 3.3. BANDWIDTH FOR FUTURE GROWTH The Contractor shall provide Maxwell AFB the ability to increase bandwidth to accommodate future growth without the need for additional infrastructure upgrade. The Contractor should allow for an increased minimum bandwidth of 1 GB for future development. 3.4. NETWORK MONITORING/TECHNICAL SUPPORT The Contractor will provide technical support for the system will also provide a customer support phone number for service related issues. The Contractor shall provide a network monitoring support where they can remotely monitor the system to verify system status. The service should maintain an up-time capability in accordance with commercial standards. This should be included in the Service Level Agreement (SLA). 3.5. SLA The contractor will provide a standard SLA with metrics and targets that are in accordance to industry standards. SLA performance reports will be provided to the Maxwell AFB Communications Squadron representative as needed, but not more frequent than quarterly. 4.0. EQUIPMENT OWNERSHIP The contractor shall purchase all equipment, and accessories necessary for the execution of this contract. The equipment will be owned by the contractor and the contractor will be responsible for the maintenance of the equipment and removal of equipment upon contract completion. 4.1. WARRANTY Warranty of all equipment will be the responsibility of the contractor; equipment installed prior to the demarcation point will be owned and maintained by the contractor for the life of the contract. 5.0. PLACE OF PERFORMANCE The location of installations is 42nd Communications Squadron Building (Bldg 942), 101 Kirkpatrick Ave, Maxwell AFB, AL 36112. 6.0. HOURS OF WORK Normal work hours at Maxwell AFB are weekdays, 0730 to 1630. Any work outside these hours must be approved by the Government. 7.0. POINTS OF CONTACT (POC): Point of Contacts will be provided at time of award of the contract. 8.0. ADDITIONAL REQUIREMENT: All work areas shall be kept as clean as possible during working hours. Debris will not be allowed to accumulate on work site and should be cleaned upon completion of job.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2X3A14163AC01InternetServiceProvider/listing.html)
- Place of Performance
- Address: 101 Kirkpatrick Ave, Bldg 942, Maxwell AFB, Alabama, 36112, United States
- Zip Code: 36112
- Zip Code: 36112
- Record
- SN03461873-W 20140814/140813022349-145e814e67a2317bbe13a73b3618a5ba (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 |