Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
MODIFICATION

D -- HIGH DEFINITION DIGITAL CABLE

Notice Date
7/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
515210 — Cable and Other Subscription Programming
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Hospital Bremerton, 1 Boone Road, Bremerton, Washington, 98312, United States
 
ZIP Code
98312
 
Solicitation Number
N6809518Q5511
 
Archive Date
7/17/2018
 
Point of Contact
DANIEL CLAYTON DAHL,
 
E-Mail Address
daniel.c.dahl.civ@mail.mil
(daniel.c.dahl.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial supplies and services prepared in accordance with the format in FAR 13, 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 N6809518Q5511 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and DFARS DPN 20161222. This requirement is for full and open competition. Naval Hospital Bremerton, Washington intends to enter into a Firm Fixed Price contract for the following requirement: Provide and install high definition cable television service in accordance with the attached statement of work (SOW). To include a base year contract and four option years. Bid must be good for a minimum of 90 calendar days after close of the RFQ. Terms are Net 30. In addition to price, responses shall include the following: (1) Cage Code: (2) Dun & Bradstreet #: (3) Tax ID #: (4) Special Small Business Sub-Category (if applicable): (5) Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. (6) If quoting on a GSA Schedule, please provide Schedule Number and Expiration Date. This will be a Government Purchase Order with payment through the Wide Area Workflow (WAWF), https://wawf.eb.mil/. WAWF is the DoD mandated invoicing method for Government orders. Payment terms are Net 30, as the Government does not pay in advance for any services being rendered, and must be in arrears to prevent invoice rejection. Payment is then made by EFT through the Defense Finance Service Center (DFAS). To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, the following clauses in paragraph (b): 52.222-17, 52.222-21, 52.222-26, 52.222-41, 52.222-50, and 52.222-55. FAR Clauses: 52.204-7, 52.204-9, 52.204-10, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 52.209-6, 52.209-10, 52.209-11, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-36, 52.222-42, 52.222-46, 52.222-50, 52.222-99(Dev), 52.223-5, 52.223-18, 52.225-13, 52.232-33, 52.232-39, 52.232-40, 52.233-1, 52.233-3, 52.233-4, 52.234-1, 52.237-2, 52.243-1, 52.244-6, 52.245-1, 52.245-9, 52.246-16, 52.247-34, 52.252-2, and 52.252-6. DFARS Clauses: 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7004 Alt A, 252.204-7008, 252.204-7009, 252.204-7012, 252.204-7015, 252.211-7003, 252.211-7008, 252.223-7006, 252.223-7008, 252.225-7001, 252.211-7002, 252.225-7048, 252.232-7003, 252.232-7006, 252.232-7010, 252.237-7010, 252.243-7001, 252.245-7001, 252.245-7002, 252.245-7003, 252.245-7004, 252.247-7023, and 252.246-7000. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. Award will be made to the lowest priced, technically acceptable, responsive, and responsible Offeror. This is a competitive LPTA selection in which technical acceptability is considered the most important factor. By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All technically acceptable offers, with satisfactory past performance, shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The Government intends to select ONE contractor for award of this effort. Cable TV Service Scope of Work attached. Provide high definition cable television service to Naval Hospital Bremerton (NHB). Cost proposal to include pricing various channel packages and/or ala cart options for selection by NHB. Cable distribution infrastructure currently delivers service to 90 cable drops. Provider is responsible to fund and install whatever infrastructure is necessary to deliver content to service delivery point in the B1 North Penthouse, in a format compatible with NHB existing cable distribution infrastructure. Installation or modification of infrastructure must be approved and coordinated with the NHB Facility Management Department (including routing paths, electrical power, component locations, outages, etc.). Service calls for outages due to equipment failure or damage or loss of service must be addressed within 24 hours or the next business day, whichever is soonest. Coordinate with Base Operating Service Contract (BOSC) for system repairs. ***Service will need to start on 12OCT2018*** ***This combined synopsis/solicitation in no way commits the government*** ***There will be a mandatory site visit at the location listed below on 6/27/18 at 1:00 PM*** ***Any vendor interested should submit email to daniel.c.dahl.civ@mail.mil confirming attendance of Site Visit by 6/25/18 at 4:30 PM***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68095/N6809518Q5511/listing.html)
 
Place of Performance
Address: 1 BOONE RD., BREMERTON, Washington, 98312, United States
Zip Code: 98312
 
Record
SN04986541-W 20180713/180711230838-716a9e7d2e4b7f6ec9291d87080deb3e (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  © 1994-2020, Loren Data Corp.