SOLICITATION NOTICE
N -- Joint Region Marianas (JRM) ONE-Net SIPRNET Installation Support
- Notice Date
- 7/28/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-17-Q-0198
- Response Due
- 8/3/2017
- Archive Date
- 9/2/2017
- Point of Contact
- Point of Contact - Keiko D'Agostino, Contract Specialist, 619-553-5585; Carlos A Triay, Contracting Officer, 619-553-1696
- E-Mail Address
-
Contract Specialist
(keiko.dagostino@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation This is a combined synopsis/solicitation for Joint Region Marianas (JRM) ONE-Net SIPRNET Installation Support prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and FAR Part 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Competitive quotes are being requested under Request for Quote (RFQ) # N66001-17-Q- 0198. The NAICS code applicable to this acquisition is 238210 and the small business size standard is $15M. This procurement is a Total Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: ITEM DESCRIPTION QUANTITY UNIT 0001 Installation Services in accordance with 1 Lot the Statement of Work (SOW), Attachment 1 to this RFQ Period of Performance: From date of award to 30 days thereafter Place of Performance: Joint Region Marianas (Building 4175C), Santa Rita, Guam, 96915. Offeror Instructions: Notice: The Government may consider quotes that fail to follow all instructions to be unacceptable and ineligible for contract award. Quotes shall: 1. Include a proof of license to perform the required task in accordance with the attached SOW; 2. Include pricing for each individual unit and a total price in US Dollars ($); 3. Include individually listed labor categories, direct labor hours, direct/burdened hourly labor rates for each labor category; 4. Be written in English and show the offeror name, address, DUNS and CAGE code, business size and type of small business, and telephone and e-mail address of an Offeror point of contact; The technical acceptability shall include the following: Factor I Specifications: Contractor shall be licensed to perform the required task in accordance with the attached SOW. The price quote shall include the following: Factor II Price: The price quote shall include the following: Offerors shall provide a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes. The quote shall individually list labor categories, direct labor hours, direct/burdened hourly labor rates for each labor category. Evaluation Factors for Award: Factor I Specifications: The Government will evaluate the quote to see if the following specification requirements are met: Contractor shall be licensed to perform the required task in accordance with the attached SOW. Factor II- Price: The Government will evaluate the total price to determine if it is fair and reasonable. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. Basis For Award: This procurement will use the lowest price technically acceptable source selection methodology. The Government intends to award a contract to the lowest price technically acceptable quote received in response to this solicitation. Any quote evaluated as unacceptable will not receive an award. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-91 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20161222. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. The following provisions apply to this acquisition: 52.204-7, System for Award Management (Oct 2016) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (Jan 2017) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications (Oct 2015) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7011, Alternative Line Item Structure (Sep 2011) The following clauses, incorporated by reference, apply to this acquisition: 52.204-2, Security Requirements (Aug 1996) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2017) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes: 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) 52.219-28, Post-Award Small Business Program Representation (JUL 2013) 52.222-3, Convict Labor (JUN 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for workers with Disabilities (JUL 2014) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33, Payment by Electronic Funds TransferSystem for Award Management (JUL 2013) 52.233-3, Protest After Award (Aug 1996) The following additional FAR and DFARS clauses, incorporated by reference, apply to this solicitation: 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1, Disputes (May 2014) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); 252.204-7003, Control of Government Personnel Work Product (Apr 1992); 252.204-7005, Oral Attestation of Security Responsibilities (Nov 2001) 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Oct 2016); 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous MaterialsBasic (Sep 2014) 252.225-7048, Export-Controlled Items (Jun 2013) 252.227-7015, Technical Data--Commercial Items (Feb 2014) 252.227-7037, Validation of Restrictive Markings on Technical Data (Sep 2016) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); 252.232-7006, Wide Area Work Flow Payment Instructions (May 2013); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.244-7000, Subcontracts for Commercial Items (Jun 2013); and, This RFQ closes on 03 August 2017 at 4:00 PM, Pacific Time. Questions and quotes must be uploaded on the SPAWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-17-Q- 0198. E-mail quotes or offers will not be accepted. Late quotes will not be accepted. For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858- 537-0644 or paperless.spawar@navy.mil. The point of contact for this solicitation is Keiko D'Agostino at keiko.dagostino@navy.mil. Please include RFQ# N66001-17-Q-0198 on all inquiries. The due date for questions is 1 August 2017. Questions may be addressed afterward at the discretion of the Government. All responding vendors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have a registered DUNS and CAGE Code. Attachments: 1. SOW 2. Contract Data Requirements List (CDRL) 3. Joint Region Marianas (JRM) OCONUS Navy Enterprise Network (ONE-Net) Secure Internet Protocol Router Network (SIPRNET) Installation Design Plan (IDP)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/42281c6cee6fbd87cda54852f2de2cbb)
- Record
- SN04603719-W 20170730/170728232817-42281c6cee6fbd87cda54852f2de2cbb (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 |