Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2015 FBO #4929
MODIFICATION

D -- COMBINED SYNOPSIS/SOLICITATION (REPOST)

Notice Date
5/22/2015
 
Notice Type
Modification/Amendment
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
USPFO for Louisiana, 495 3rd Street, Camp Beauregard, Pineville, LA 71360
 
ZIP Code
71360
 
Solicitation Number
W912NR-15-R-0015
 
Response Due
5/29/2015
 
Archive Date
7/21/2015
 
Point of Contact
Crystal L. Stiles, 318-290-5982
 
E-Mail Address
USPFO for Louisiana
(crystal.l.stiles2.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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. This is a combined synopsis/solicitation for commercial items 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. The solicitation number is W912NR-15-R-0015. The solicitation is issued as a request for quotation (RFQ).The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-64, DFARS Change Notice 20130228. This solicitation is a Small Business Set Aside and the NAICS code assigned to this acquisition is 517410 and small business size standard is 30 mill dollars. 1. Project Scope: The purpose of this project is to have satellite service for six 1.2 meter Hawkeye II satellite terminals with idirect iconnex modems. Interested vendors shall quote per terminal in CLINS 1- 6: This CLIN shall be the monthly price for a twelve month period (Billed for a year's worth of service). The requirements for each terminal are as follows: Bandwidth: iDirect 5.0 M x 1.5 M via satellite at 61W Each Government provided Hawkeye II terminal shall have CIR: 128K x 128K Service billed quote mark per day quote mark and not by data usage 5 usage days included per month with 1 additional day per month for testing Include flat rate quote mark price per day quote mark for any days outside of 6 provided in plan 24 hour phone support for terminals Service provider should be able to host our Encore VPN device Ability to monitor bandwidth usage per terminal through a web interface Ability to increase CIR bandwidth on any terminal within 24 hours CLIN 7 shall be for: 14 VOIP phone service with local 225 area code and nationwide calling plan. Vendor must be experienced with and have working/reference-able knowledge of idirect iconnex modems. Vendor shall has technical services office within the State of Louisiana with facilities, staff, and inventory. At least 5 Performance references within the State of Louisiana within the past five years. Should have a working path to transition terminals to new Evolution modems during the term. 2. Period of performance: Period of performance shall be 1 June 2015 - 31 May 2016 and will require satellite service throughout the state of Louisiana. The government reserves the option to have a base year and 4 option years with this contract. The following provisions and/or clauses apply to this acquisition. Satellite providers must comply with all instructions contained in FAR 52.212-1 Instructions to Satellite providers -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible Satellite providers whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made based on past performance and price. The contractor shall submit five references for past performance of related work within the last five years with the quote. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.203-3 Gratuities. FAR 52.203-6 Restrictions on Subcontractor Sales to the Government. FAR 52.204-7 Central Contractor Registration. FAR 52.222-3 Convict Labor. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-41 Service Contract Act of 1965, as amended (NOV 07). FAR 52.222-50 Combating Trafficking in Persons. 52.223-5 Pollution Prevention and Right-to-Know Information. (a) Executive Order 13148 of April 21, 2000, requires Federal facilities to comply with the provisions of the Emergency Planning and Community Right-to-Know Act of 1986 (EPCRA) (42 U.S.C. 11001-11050) and the Pollution Prevention Act of 1990 (PPA) (42 U.S.C. 13109).(b) The Contractor shall provide all information needed by the Federal facility to comply with the emergency planning reporting requirements of Section 302 of EPCRA, the emergency notice requirements of Section 304 of EPCRA, the list of Material Data Safety Sheets required by Section 311 of EPCRA, the emergency and hazardous chemical inventory forms of section 312 of EPCRA, and the toxic chemical release inventory of Section 313 of EPCRA, which includes the reduction and recycling information required by Section 6607 of PPA. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-1 Disputes. FAR 52.233-2 Service of Protest. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil. FAR 52.252-6 Authorized Deviations in Clauses with the following fill-in: Department of Defense (48 CFR Chapter 2). FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.212-7001 (Dev) Contract Terms and Conditions. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFAS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. 3. Payment Terms: PAYMENT: Per FAR 52.232-33 quote mark Payment by Electronic Funds Transfer-Central Contractor Registration quote mark and FAR 52.236-36, quote mark Payment by Third Party quote mark, payment will be made through Electronic Funds Transfer or the Government Purchase Card (GPC) may be used as a quote mark Method of Payment quote mark. Per FAR 252.232-7003 ELECTRONIC SUBMISSION AND PROCESSING OF PAYMENT REQUESTS AND RECEIVING REPORTS. 52.219-14 Limitations on Subcontracting- (b) By submission of an offer and execution of a contract, the Satellite providers /Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. 4. Points of Contact: Questions relating to this procurement are due NTL 1000CST on 27 May 2015. Quotes are due 1000CST 29 May 2015. Quotes and references may be emailed to crystal.l.stiles2.mil@mail.mil 318-290-5982 and david.l.bourgeois4.mil@mail.mil 318-290-5933.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA16/W912NR-15-R-0015/listing.html)
 
Place of Performance
Address: USPFO for Louisiana 420 F Street, Camp Beauregard Pineville LA
Zip Code: 71360
 
Record
SN03740993-W 20150524/150522234804-8a322544c5b516b6aaf69c50c882c7c2 (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.