Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2019 FBO #6288
MODIFICATION

D -- Commercial Internet Services

Notice Date
2/8/2019
 
Notice Type
Modification
 
NAICS
517311 — Wired Telecommunications Carriers
 
Contracting Office
PO Box 5069 Parris Island SC 29905-5069
 
ZIP Code
29905-5069
 
Solicitation Number
M0026319Q0011
 
Response Due
3/6/2019
 
Point of Contact
Anthony Islas, Contract Specialist
 
E-Mail Address
anthony.islas@usmc.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotes are being requested and a written solicitation will not be issued. Solicitation number M0026319Q0011 is issued as a request for quote (RFQ) using the commercial procedures in accordance with FAR Part 12. The Source Selection procedures are in accordance with FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101 and DFARS Publication 20181026. The Regional Contracting Office, Marine Corps Recruit Depot- Parris Island, SC intends to solicit and award a Firm Fixed Price contract for Symmetrical High Speed Internet Services. This solicitation is issued as unrestricted. The North American Industrial Classification System (NAICS) code for this requirement is 517311 with a size standard of 1500 (# of employees). All applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are contained in SF1449 M0026319Q0011 attached to this synopsis. Offerors responding to this announcement shall submit their quotes in accordance with FAR Part 12 and Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The basis for award is Lowest Price Technically Acceptable (LPTA). The apparent successful, prospective contractor shall have acceptable past performance: I. Technical Acceptability is defined as meeting the salient characteristics provided in Section B CLIN extended description, Section C Performance Work Statement, and providing a complete quote in accordance with the instructions provided in Section L. Failure to provide the required information may result in nonconformance. II. Past performance will be evaluated in accordance with FAR 13.106-2. Past Performance will be rated on an "acceptable" or "unacceptable basis. The apparent successful, prospective contractor must have acceptable past performance. The Supplier Performance Risk System (SPSR) application (https://www.ppirssrng.csd.disa.mil/) will be used in the evaluation of suppliers' past performance in accordance with DFARS 213.106-2(b)(i). Any contractor with past performance less than satisfactory will be rated as 'unacceptable'. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered acceptable. III. Quoters shall be ranked in order of lowest price to highest price. The lowest-priced quotation shall be evaluated first. If the lowest-priced quotation is technically acceptable, no other quotations will be evaluated. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. All other additional contract requirement for this acquisition can be found in the attached SF 1449. Site Visit: In accordance with FAR 52.237-1, a site visit will is scheduled for February 13, 2019. Prospective attendees must contact Anthony Islas, anthony.islas@usmc.mil on or before February 11, 2019 with a list of attendees, cc all email communication to william.a.russell@usmc.mil to schedule. The closing date and time for this solicitation is 6 March 2019 3:00 pm Eastern. The primary point of contact for this solicitation is Anthony Islas (anthony.islas@usmc.mil). No phone calls, all questions shall be in writing and received by this office no later than 3:00 PM Eastern on February 15, 2018. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/USMC/M00263/M0026319Q0011/listing.html)
 
Place of Performance
Address: Bldg. 1050 Marine Corps Recruit Depot, Parris Island Parris Island, SC
Zip Code: 29905
Country: US
 
Record
SN05217245-F 20190210/190208230032 (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.