Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
SOLICITATION NOTICE

D -- Internet and phone service for the Oregon Army National Guard Storefronts. - Statement of Work

Notice Date
7/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517210 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
10862910-01
 
Archive Date
9/30/2016
 
Point of Contact
Nicollette Kennemer, Phone: 5035843764
 
E-Mail Address
nicollette.a.kennemer.mil@mail.mil
(nicollette.a.kennemer.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work 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. The solicitation is No. 10862910-01 and is issued as a Request for Quote (RFQ). Request for Quotes are due by 5 August 2016 at 4:00 p.m. (PST). The RFQ will result in a firm fixed price contract. The North American Industry Classification System (NAICS) code for this acquisition is 517210. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes to procure the following supply or services: CLIN 0001: Base Year: Provide High-speed Internet at each Location from 5 July 2016- 4 July 2017 per the attached statement of work. CLIN 0002: Base Year: Provide 2 Phone lines and 1 Fax line Per location from 5 July 2016- 4 July 2017 per the attached statement of work. CLIN 0100: Option Year 1: Provide High-speed Internet at each Location from 5 July 2017- 4 July 2018 per the attached statement of work. CLIN 0101: Option Year 1: Provide 2 Phone lines and 1 Fax line Per location from 5 July 2017- 4 July 2018 per the attached statement of work. CLIN 0200: Option Year 2: Provide High-speed Internet at each Location from 5 July 2018 - 4 July 2019 per the attached statement of work. CLIN 0201: Option Year 2: Provide 2 Phone lines and 1 Fax line Per location from 5 July 2018 - 4 July 2019 per the attached statement of work. CLIN 0300: Option Year 3: Provide High-speed Internet at each Location from 5 July 2019 - 4 July 2020 per the attached statement of work. CLIN 0301: Option Year 3: Provide 2 Phone lines and 1 Fax line Per location from 5 July 2019 - 4 July 2020 per the attached statement of work. CLIN 0400: Option Year 4: Provide High-speed Internet at each Location from 5 July 2020 - 4 July 2021per the attached statement of work. CLIN 0401: Option Year 4: Provide 2 Phone lines and 1 Fax line Per location from 5 July 2020 - 4 July 2021 per the attached statement of work. Locations: see attached statement of work Requirements for your quote: Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with at total price at the bottom. Include the following information on your quote: Cage code, Tax ID number, company name, phone number, contact, and email. The award will only be made to an offeror that is all-inclusive of the requirements on this solicitation. Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors' proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors' proposal. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. FAR 52.204-7, Systems for Award Management. FAR 52.237-1, Site Visit (if applicable). FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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, lowest price of all item "all or none". FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications via the System for Award Management (SAM). FAR 52.212-4, Contract Terms and Condition-Commercial Items. FAR 52.212-5, (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21, Prohibition Of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. FAR 52.222-36, Affirmative Action for Workers With Disabilities. FAR 52.222-37, Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era. FAR 52.222-41, Service Contract Act of 1965. FAR 52.222-44, Fair Labor Standards act and Service Contract Act-Price adjustment. FAR 52.222-54, Employment Eligibility Verification. FAR 52.228-5, Insurance-Work on a government Installation. FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. FAR 52.232-36, Payment by Third Party. FAR 52.225-1, Buy American - Supplies. FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal). FAR 52. 211-17, Delivery of Excess Quantities (for multiple quantities). FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable). FAR 52.219-28, Post Award Small Business Representation (if applicable). FAR 52.222-50, Combating Trafficking in Persons. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment FAR 52.253-1, Computer Generated Forms (when contractor is required to submit data). DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable). DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable). DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. DFARS 252.225-7012, Preference for Certain Domestic Commodities. DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.243-7002, Request for Equitable Adjustment (when applicable). DFARS 252.246-7000, Material Inspection And Receiving Report. DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III. DFARS 252.215-7008, Only One Offer. DFARS 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2014 Appropriations. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information. DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.244-7000 Subcontracts for Commercial Items This announcement is the solicitation which will result in a firm fixed-price contract. Point of Contact: Offerors can submit their proposal any time before the due date to: Nicollette Kennemer at nicollette.a.kennemer.mil@mail.mil or Via Fax at 503-584-3771.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/10862910-01/listing.html)
 
Place of Performance
Address: Salem, Oregon, 97309, United States
Zip Code: 97309
 
Record
SN04192971-W 20160724/160722234411-b9493a55314742e5e3e7785430463a0a (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.