Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2015 FBO #4814
SOLICITATION NOTICE

D -- Local Exchange Services for Fort Rucker, AL

Notice Date
1/27/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
ACC-APG - Fort Huachuca, ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
 
ZIP Code
85613-5000
 
Solicitation Number
W91RUS15R0006
 
Response Due
3/20/2015
 
Archive Date
4/19/2015
 
Point of Contact
Scot Stedman, 520-538-6931
 
E-Mail Address
ACC-APG - Fort Huachuca
(scot.c.stedman.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Pre-Proposal Meeting and Site Visit The Contracting Officer will conduct a pre-proposal meeting and site visit for this requirement at the Network Enterprise Center, Building 130, 6th Avenue, Fort Rucker, AL on 05 March 2015 @ 09:00 AM local time for the purpose of answering questions regarding this solicitation. Offerors interested in attending must submit the names of all attendees (not to exceed 3) to the Contracting Officer via e-mail to scot.c.stedman.civ@mail.mil prior to 26 February 2015 to ensure access to the military site/conference site. If no responses are received the pre-proposal may be cancelled without further notice. The Combined/Synopsis solicitation follows: (ii) The solicitation number is W91RUS-15-R-0006. This solicitation is a Lowest Price Technically Acceptable (LPTA) Request for Proposal (RFP) IAW FAR Parts 12 and 15. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-79. (iv) This is an unrestricted acquisition. The applicable NAICS code is 517110 and small business size standard is less than 1500 employees. (v) The contract line item numbers and items, quantities and unit of issue are identified on the attached Pricing Schedule. The contract scope and requirements are described in the attached Statement of Work (SOW). The Statement of Work is available under the quote mark Additional Information quote mark link below. (vi) This Request for Proposal is for local exchange services for Fort Rucker, AL to include a variety of local circuits, including Primary Rate Interfaces (PRI), FX PRIs, Commercial Subscriber Lines (CSL), data point-to-point circuits, direct-inward-dialing (DID) numbers and local analog trunks. (vii) Performance Periods: Installation/Cut-Over (CLIN 0001) - NTE 180 days. Base Year (CLIN 0002) Option Year 1 (CLIN 1002) Option Year 2 (CLIN 2002) Option Year 3 (CLIN 3002) Option Year 4 (CLIN 4002) (viii) Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition including the following addendum: 52.212-1 Addendum (b) Submission of Offers. (12) The Offeror's proposal must comply with FAR 52.212-1(b) and include all data and information required by the RFP. In addition, proposals must be submitted in accordance with these instructions. Failure to comply with these instructions may result in an unfavorable proposal evaluation. (13) Offers must be submitted via email to the Contracting Officer: scot.c.stedman.civ@mail.mil (14) Offers will not include attached executable or.exe files. Corrupted files or media infected with a virus could result in the offer not being received by the Government or considered for award. (15) Offers will be in a format compatible with Microsoft Word 2007 or Adobe PDF and Microsoft Excel 2007. (16) Submit offer as follows: (i) Volume One, Technical Proposal (PDF or Microsoft Word format, not to exceed 20 pages). Address the following technical subfactors: (A) Subfactor 1 - Provider Capability - Provide evidence the Offeror is a telecommunications company that owns most of its own facilities such as switching equipment, transmission lines and infrastructure, and provide documented evidence of all interconnection agreements and/or leasing arrangements relevant to this effort. (B) Subfactor 2 -Local Communication Services - Demonstrate the Offeror's ability to provide local exchange services to the Government installation as required by the Statement of Work. Provide a site specific diagram of the network connectivity to the Government installation that illustrates the Offeror's ability provide the services in the Statement of Work. An example diagram is provided in Appendix 30 of the Statement of Work. (ii) Volume Two, Past Performance Information (PDF or Microsoft Word format, not to exceed 20 pages). Submit information from recent contracts performed within the last three (3) years, which are considered relevant in demonstrating ability to perform local exchange services involving similar scope, magnitude of effort, and complexities as the services described in this solicitation. Include the following administrative data for each referenced contract submitted: Offeror's company name; contracting agency; contract number; brief description of contract; contract type (i.e., fixed price, time and material, etc.); period of performance, identification of any significant achievements or past problems and resolution; and name, address, telephone number, and email address of program manager and Contracting Officer. (iii) Volume Three, Contracting Information, (PDF or Microsoft Word format, not to exceed 20 pages). Provide the following information: (A) The signature block of the individual authorized to make an offer which includes individual's name, title, e-mail address and phone number. (B) The CAGE code and data universal numbering system (DUNS) number of the Offeror registered in the System for Award Management (SAM). (C) Proof the Offeror is a local exchange carrier certified by the applicable State Public Utilities Commission (PUC), in accordance with FAR 52.212-4(v)(3) Addendum, to provide local exchange services. Proposals from uncertified Offerors will not be considered for award. (D) Submit completed copy of the Government-provided Pricing Schedule including the Offeror's proposed amounts. Offerors shall not alter the Pricing Schedule with the exception of entering pricing. Pricing Schedule unit prices shall be limited to two decimal places. Offerors must identify non-priced SLINs by entering NSP or NC in the unit price. The Pricing Schedule is available under the quote mark Additional Information quote mark link below. (E) The US Army is a Federal Government entity, and as such, is exempt from certain taxes. The Offeror may not propose for any taxes from which the Federal Government is exempt. In reference to CLIN 0004 - Taxes, Fees and Surcharges (TFS), the Offeror must submit the supporting state statutes, local ordinances, regulations, FCC rulings and rates, or other documentation justifying all applicable and allowable taxes, fees, and surcharges. Offerors will only enter amounts documented as applicable and allowable. Inclusion of any amount that is not documented may render the proposal being rejected. The Offeror will provide a separate delineation or breakdown of all applicable TFS estimates. The Offeror will provide a statement all pricing in the proposal is Firm-Fixed, with the exception of TFS. (c) Period of Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 120 days from the date specified for receipt of offers. (h) Multiple awards. This award shall be made on an all or none basis. End of 52.212-1 Addendum (ix) The provision at FAR 52.212-2, Evaluation of Offers-Commercial, applies to this solicitation along with the following addenda to the provision: 52.212-2 Addendum (a) Proposals will be evaluated IAW FAR 15.101-2. The award will be made on the basis of the lowest priced proposal meeting or exceeding the acceptability standards for non-cost factors. By submission of an offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. All Offerors shall be evaluated for technical acceptability. Failure to meet a requirement may result in an offer being determined technically unacceptable. Moreover, the government reserves the right to award an order for services from an Incumbent Local Exchange Carrier or Competitive Local Exchange Carrier with a universal service obligation for the services required in this solicitation if it is in the best interest of the Government, price and other factors considered, as discussed herein, even if the company has not submitted an offer. The evaluation process shall proceed as follows: (1) Factor 1, Technical. The Government technical evaluation team will evaluate the technical proposals on a pass/fail basis, assigning ratings of acceptable or unacceptable. Only those offers determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. The offers shall be evaluated against the following technical subfactors: (i) Subfactor 1, Provider Capability. This subfactor is met when the Offeror provides evidence the Offeror is a telecommunications company that owns most of its own facilities such as switching equipment, transmission lines and infrastructure, and provides documented evidence of all interconnection agreements and/or leasing arrangements relevant to this effort. (ii) Subfactor 2, Local Communications Services. This subfactor is met when the Offeror demonstrates their ability to provide local exchange services to the Government installation as required by the Statement of Work, and provides a site specific diagram of the network connectivity to the Government installation that illustrates the Offeror's ability provide the services in the Statement of Work. (2) Factor 2, Price. The total evaluated price of all CLINs for the base year and all option years on the Pricing Schedule will be evaluated. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price. The Government reserves the right to conduct a price realism analysis for the purpose of measuring the Offeror's understanding of the contract requirements. The Government reserves the right to compare offered prices with tariff prices of an incumbent local exchange carrier (ILEC) or with any other LEC with a universal service obligation for the services required in this solicitation. (3) Factor 3, Past Performance. The government will employ several approaches including reviewing contract references provided by the Offeror; seeking PPI through the use of questionnaires; as well as using data independently obtained from other Government and commercial sources. Only recent (within the last three years) and relevant PPI (similar or greater in scope, magnitude of effort, and complexity than effort described in this solicitation) will be evaluated. When reviewing PPI, judgment will be used in assessing the probability of success, problems on previous efforts, and the alternatives available to meet the requirements. The assessment process will result in an overall performance confidence assessment rating of the Offeror's ability to satisfactorily perform the services described in this solicitation. The performance confidence assessment will result in an overall performance confidence rating identified with corresponding definition as follows: Acceptable - Based on the Offeror's performance record, the Government has a reasonable expectation that the Offeror will successfully perform the required effort, or the Offeror's performance record is unknown. Unacceptable - Based on the Offeror's performance record, the Government has no reasonable expectation that the Offeror will be able to successfully perform the required effort. Offerors without a record of relevant past performance or for whom past performance is not available or so sparse that no meaningful past performance rating can reasonably be assigned shall be determined to have unknown past performance and considered quote mark acceptable quote mark. End of 52.212-2 Addendum (x) Offerors are encouraged to complete all Representations and Certifications electronically at the System for Award Management website located at URL https://sam.gov/. If not completed on-line, Offerors must include a completed copy of the provisions at FAR 52.212-3, which can be obtained at http://farsite.hill.af.mil, FAR Part 52 or online at https://sam.gov/. In addition, Offerors complete the following addenda to FAR 52.212-3: Additional provisions which may not be online at SAM: 52.209-7 Information Regarding Responsibility Matters (Jul 2013). For purposes of this provision, complete the following fill-in: (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked quote mark has quote mark in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall enter the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration at https://sam.gov/ (see FAR Clause 52.212-4(t)). (End of Provision) 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations (DEVIATION 2014-O0009) (Feb 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Pub. L. 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of Provision) (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition to include the following addenda: 52.212-4 Addendum (v) Tariff Information. (1) The Contractor shall provide the Contracting Officer- (i) Upon request, a copy of the Contractor's current existing tariffs (including changes); (ii) Before filing any application to a Federal, State, or any other regulatory agency for new or changes to applicable rates, charges, services, or regulations relating to any CSA or any of the facilities or services to be furnished solely or primarily to the Government; and (iii) Upon request, a copy of all information, material, and data developed or prepared in support of or in connection with an application under paragraph ii above. (2) The Contractor shall notify the Contracting Officer of any application that anyone other than the Contractor files with a governmental regulatory body, which affects or will affect the rate or conditions of services under this contract. These requirements also apply to applications pending on the effective date of this contract. (3) Public Utilities Commission (PUC) Authorization. All Offerors shall be local exchange carriers certificated (Service Provider Certificate of Operating Authority (SPCOA), or Certificate of Operating Authority (COA)) with the state PUC where services are being provided. This contract shall at all times be subject to such changes by the PUC of the state having jurisdiction over the particular site as said Commission may, from time to time, direct in the exercise of its jurisdiction. (4) Rates, Charges, and Services. (i) The Contractor shall furnish the services and facilities under this contract in accordance with- (A) All applicable tariffs, rules, regulations, or requirements; (1) Lawfully established by a governmental regulatory body; and (2) Applicable to service and facilities furnished or offered by the Contractor to the general public or the Contractor's subscribers; (B) A firm-fixed-price contract provides for a price that is not subject to any adjustment on the basis of the contractor's cost experience including tariff changes with the exception of TFS. If the prices differ from established tariff prices, it is the responsibility of the contractor to either file a special tariff for the contract with the relevant Governmental authorities or make other arrangements to comply with the governmental requirements. The Air Force will not be liable for price increases for failure to follow these requirements. If, during the term of the contract, the TFS change, the contractor must submit supporting state statutes, local ordinances, regulations, Federal Communications Commission (FCC) ruling and rates, etc, for Government verification. A modification will then be issued based upon the newly documented annual TFS. (ii) The Government shall not prepay for services. (iii) Recurring charges for services and facilities shall, in each case, start with the satisfactory beginning of service or provision of facilities or equipment and are payable monthly in arrears. (iv) Subject to the Cancellation or Termination of Orders clause 252.239-7007, of this contract, the Government may stop the use of any service or facilities furnished under this contract at any time. The Government shall pay the contractor all charges for services and facilities adjusted to the effective date of discontinuance. (v) Expediting charges are costs necessary to get services earlier than normal. Examples are overtime pay or special shipment. When authorized, expediting charges shall be the additional costs incurred by the Contractor and the subcontractor. The Government shall pay expediting charges only when- (A) They are provided for in the tariff established by a governmental regulatory body; or (B) They are authorized in a communication service authorization or other contractual document. (vi) When services normally provided are technically unacceptable and the development, fabrication, or manufacture of special equipment is required, the Government may- (A) Provide the equipment; or (B) Direct the Contractor to acquire the equipment or facilities. If the Contractor acquires the equipment or facilities, the acquisition shall be competitive, if practicable. (vii) If at any time the Government defers or changes its orders for any of the services but does not cancel or terminate them, the amount paid or payable to the Contractor for the services deferred or modified shall be equitably adjusted at the time of deferral or change. The Government and the Contractor shall equitably adjust the rates by mutual agreement. Failure to agree on any adjustment shall be a dispute to be resolved IAW FAR 52.233-1, Disputes Clause, which is incorporated by reference in 52.212-4(d). (w) Continuity of Services and Option to Extend Telecommunication Services. (1) For all services required on this contract, the contractor shall continue to provide services until a release date is established by the Government as a result of competition (cutover complete) or termination (including termination for cause or government convenience). (2) The Government may require continued performance of any services within the limits and at the rates specified in the contract until cutover is complete. These rates will remain firm fixed price during this process. This provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise this provision by unilateral modification to the contract before 10 days of expiration. (3) The Contractor recognizes that the services under this contract are vital to the Government and must be continued without interruption and that, before contract expiration, a successor, either the Government or another Contractor, may continue them. The Contractor agrees to - (i) Provide transitioning of services during cutover period without termination liability charges; (ii) Exercise its best efforts and cooperation to effect an orderly and efficient transition. The Contractor shall (i) Provide transitioning of services during cutover period without termination liability charges; (ii) Exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor; and (iii) Notify the Government of any services not cutover after contract expiration. End of 52.212-4 Addendum (xii) Clause 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. In addition, the following FAR/DFARS/AFFARS clauses/provisions, either by reference or full text, apply (clauses may be obtained via the internet at http://farsite.hill.af.mil): 52.203-3 Gratuities Apr 1984 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights Apr 2014 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters Jul 2013 52.222-3 Convict Labor Jun 2003 52.222-21 Prohibition of Segregated Facilities Feb 1999 52.222-26 Equal Opportunity Mar 2007 52.222-35 Equal Opportunity for Veterans Jul 2014 52.222-36 Affirmative Action for Workers with Disabilities Jul 2014 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Jul 2014 52.222-40 Notification of Employee Rights Under the National Labor Relations Act Dec 2010 52.222-50 Combating Trafficking in Persons Feb 2009 52.222-54 Employment Eligibility Verification Aug 2013 52.223-18 Contractor Policy to Ban Text Messaging While Driving Aug 2011 52.232-18 Availability of Funds Apr 1984 52.232-36 Payment by Third Party May 2014 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.233-3 Protest After Award Aug 1996 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2014 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Nov 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. JUN 2012 252.239-7002 Access Dec 1991 252.239-7004 Orders for Facilities and Services Nov 2005 252.239-7007 Cancellation or Termination of Orders Nov 2005 252.239-7008 Reuse Arrangements Dec 1991 252.239-7011 Special Construction and Equipment Charges Dec 1991 252.239-7012 Title to Telecomm Facilities and Equipment Dec 1991 252.239-7017 Notice of Supply Chain Risk Nov 2013 252.239-7018 Supply Chain Risk Nov 2013 252.243-7002 Requests for Equitable Adjustment Dec 2014 52.252-1, Solicitation Provisions Incorporated by Reference, Feb 1998. For purposes of this provision, the fill-in is completed as follows: http://farsite.hill.af.mil 52.252-2, Clauses Incorporated by Reference, Feb 1998. For purposes of this clause, the fill-in is completed as follows: http://farsite.hill.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c888ea939cac6df58167f938e093efcc)
 
Place of Performance
Address: Network Enterprise Center Building 130 Fort Rucker AL
Zip Code: 36362
 
Record
SN03625932-W 20150129/150127234629-c888ea939cac6df58167f938e093efcc (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.