Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2017 FBO #5649
MODIFICATION

D -- VIASAT Exede Enterprise satellite service plan

Notice Date
5/10/2017
 
Notice Type
Modification/Amendment
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for South Carolina, 9 National Guard Road, Columbia, South Carolina, 29201-4763
 
ZIP Code
29201-4763
 
Solicitation Number
W912QG-17-T-0013
 
Archive Date
5/30/2017
 
Point of Contact
Vanessa J. Holmes, Phone: 8032994018
 
E-Mail Address
vanessa.j.holmes.mil@mail.mil
(vanessa.j.holmes.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. Solicitation W912QG-17-T-0013 is being issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-95 effective 19 Jan 2017. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil/. The associated North American Industrial Classification System (NAICS) code for this procurement is 517410 with a size standard of $32.5 million. Government intends to award a Firm Fixed Price Contract for VIASAT Exede Enterprise Satellite Service Plan for four terminals. The basis of Award will be Lowest Price. Since award will be made without discussions, it is highly encouraged to quote your most advantageous pricing in your initial response. This requirement is 100% set aside for small business. For quoting this event, be sure to follow the Contract Line Item Number (CLIN) Structure listed below: REQUIREMENT: CLIN 0001 - Enterprise Roaming Service Pre-paid plan of 500GB per terminal per year, to include VoIP phone capablility with locally managed call manager Qty: 4 (there are 4 terminals) Unit: each Unit Price: $__________ Line Item 0001 $_____________ The following FAR/DFAR clauses and provisions apply to this solicitation and will remain in full force in any resultant award: 52.202-1 Definitions 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements of Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Award 52.204-13 System for Award Management Maintenance; 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-22 Alternative Line Item Proposal 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors--Commercial Items The offeror shall submit an electronic copy of their signed and dated offer via e-mail to vanessa.j.holmes.mil@mail.mil with the solicitation number in the subject block NLT Monday, May 15, 2017 at 10:00 AM EST. Include your DUNS number, Tax ID number, and cage code on your quote. Request for Information (RFI): All questions must be in the form of an RFI in writing to the SFC VANESSA J. HOLMES at vanessa.j.holmes.mil@mail.mil no later than 10:00 AM ET on Tuesday, May 9, 2017. Those RFIs not received within the prescribed date and time will not be answered. Read this announcement and PWS in its entirety. 52.212-2 Evaluation--Commercial items Basis of Award: Lowest Price 52.212-3 ALT I. Offeror Representations and Certifications--Commercial Items Include completed copy of this provision with your proposal or indicate (with DUNS Number) that current information is available on the federal government website SAM (https://www.sam.gov/). Prospective contractors must be registered and ACTIVE in the System for Award Management (SAM) at time of award of a government contract. 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 (Deviation 2013-O0019) 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity For Workers With Disabilities 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated By Reference 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 http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulations System (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 255.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information 252.204-7011 Alternative Line Item Structure 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.225-7031 Secondary Arab Boycott of Israel 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA38/W912QG-17-T-0013/listing.html)
 
Place of Performance
Address: 68 Hagood Avenue, Charleston, South Carolina, 29403, United States
Zip Code: 29403
 
Record
SN04503381-W 20170512/170510235325-cb1f7490467b86b357373c433fbed39a (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.