SOLICITATION NOTICE
D -- Install Internet Service - SOW - RFQ
- Notice Date
- 4/7/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- FA441817R0011
- Point of Contact
- Brandon Rawlings, Phone: 8439633310, Terry G. Harrelson, Phone: 8439635182
- E-Mail Address
-
brandon.rawlings@us.af.mil, terry.harrelson.1@us.af.mil
(brandon.rawlings@us.af.mil, terry.harrelson.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Quote Statement of Work COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FA441817R0011 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, Dated 19 Jan 2017 (iv) This acquisition is solicited unrestricted. The associated NAICS code is 517110 with a 1,500 employee size standard. (v) Contractors shall submit a quote for the cost to provide internet access from their originating point to building 3107, Naval Consolidated Brig Charleston SC. The building is located at Joint Base Charleston - Weapon Station, South Annex, between 3rd Street and 6th Street. The physical address is 1050 6th Street, Hanahan SC (CLIN 0001). The contractor shall also provide a quote to cover cost associated with internet subscriptions, per subscription (CLIN 0002), this will be for evaluation purposes only. The RFQ is attached to this combination synopsis/solicitation and will be used to submit quotes. A firm fixed price contract is contemplated. (vi) FA441817R0011 NAVCONBRIG CHS internet access, the contractor shall provide internet access from their originating point to building 3107, Naval Consolidated Brig Charleston SC. The building is located at Joint Base Charleston - Weapon Station, South Annex, between 3rd Street and 6th Street. The physical address is known as 1050 Remount Road, North Charleston. Internet access shall meet the requirements of the attached Statement of Work. (vii) A site visit will be held 20 April 2017 at 10:00 am, EST. Vendors wishing to attend the site visit must submit a request in writing by 12 April 2017, 12:00 pm EST to the individuals listed at paragraph (xvi) below. Vendors must provide the company name and names of individuals attending the site visit. Vendor's may be required to complete a pass request. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial. a. Offerors shall submit their pricing on the attached request for quotation worksheet b. Offerors shall in association with their proposed CLIN 0001 provide a description of the proposed internet access, in terms of total bandwidth per subscription. c. Offerors shall in association with their proposed CLIN 0002 provide a description of the proposed internet subscription, in terms of bandwidth per each future internet subscriptions, for evaluation purposes only. (ix) 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, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Technical - The Government will evaluate each offeror for technical acceptability on an acceptable/unacceptable basis. 2. Price. The offer's proposal which provides the most advantageous combination of price to provide internet access (CLIN 0001) and future subscription prices (CLIN 0002) shall represent the best value to the Government and will receive the award. The government will first evaluate all proposals for technical acceptability on an acceptable/unacceptable basis. Offerors whose proposal meets the requirements of the solicitation shall be rated as acceptable. Offerors whose proposal does not meet the requirements of the solicitation shall be rated as unacceptable. The government will then rank all offerors price proposed price for CLIN 0001. Next the government will evaluate all offeror's proposed price for CLIN 0002. The proposed price for CLIN 0002 will be evaluated in accordance with FAR 13.106-3(a)(2)(i) and (iii). Offerors with a proposed CLIN 0002 price which cannot be determined as fair and reasonable will not be considered for award. The government will then evaluate the combined proposed prices for CLIN 0001 and CLIN 0002 and evaluate the combined price over a 5 year period. The Offeror who's proposal is rated technically acceptable, and who's evaluated price results in the overall lowest evaluated price represents the best value to the government and will be selected for award. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-26, Equal Opportunity. • FAR 52.222-35, Equal Opportunity for Veterans • FAR 52.222-36, Equal Opportunity for Workers With Disabilities • FAR 52.222-37, Employment Reports On Veterans • FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (xiii) The following additional clauses are applicable to this procurement. • FAR 52.204-7, System for Award Management • FAR 52.219-14, Limitations on Subcontracting • FAR 52.222-50, Combating Trafficking in Persons • FAR 52.228-5 Insurance-Work on a Government Installation • FAR 52.253-1 Computer Generated Forms • DFARS 252.204-7004, Alternate A, System for Award Management • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) • AFFARS 5352.201-9101 OMBUDSMAN (NOV 2012) (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 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. Gregg Oneal, AFICA/KM, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/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). • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv) Defense Priorities and Allocation System: N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 8 May 2017 no later than 12:00 PM Eastern Standard Time. Requests should be marked with solicitation number FA441817R0011. (xvi) Address questions to Mr. Brandon Rawlings, Contracting Specialist, at (843) 963-3310, fax (843) 963-5183, email brandon.rawlings@us.af.mil, or Terry Harrelson, Contracting Officer, Phone (843) 963-5158, email terry.harrelson.1@us.af.mil For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA441817R0011/listing.html)
- Place of Performance
- Address: Joint Base Charleston - Weapons Station, North Charleston, South Carolina, 29406, United States
- Zip Code: 29406
- Zip Code: 29406
- Record
- SN04464202-W 20170409/170407234127-f0a5cbb95ae8c4d77f48b9ae1ee48a99 (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 |