Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOLICITATION NOTICE

D -- CABLE TV AND INTERNET

Notice Date
2/13/2020 12:52:44 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517311 — Wired Telecommunications Carriers
 
Contracting Office
NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
 
ZIP Code
92136
 
Solicitation Number
N0024420Q0051
 
Response Due
2/19/2020 8:59:59 PM
 
Archive Date
03/05/2020
 
Point of Contact
MICHELLE MUNIZ 619-556-9096
 
E-Mail Address
michelle.muniz@navy.mil
(michelle.muniz@navy.mil)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS Document Type: Combined Solicitation/Synopsis Solicitation Number: N00244-20-Q-0051 Posted Date: February 13th , 2020 Original Response Date: February 19th , 2020 @ 4PM Pacific Standard Time Current Response Date: February 19th , 2020 @ 4PM Pacific Standard Time Product or Service Code: D317 Set Aside: Full and Open Competition Contracting Office Address: NAVSUP Fleet Logistics Center San Diego CODE 200 Contracting Department 3985 Cummings Road, B116, 3rd Fl. San Diego, CA 92136-4000 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, �Streamlined Procedures for Evaluation and Solicitation for Commercial Items,� as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 517311, with a small business size standard of 1500 people. Statement of Work Description The U.S. Navy - Commander Naval Surface Force, U.S. Pacific Fleet requests renewal of the yearly subscription for cable TV and internet services at their main buildings on board Naval Amphibious Base Coronado, California. Scope. Vendor to provide cable TV and Internet for two buildings, building number 11 and building number 14 Naval Amphibious Base Coronado, California. Services will be delivered to COMNAVSURFPAC (CNSP) 2841 RENDOVA RD. SAN DIEGO CA 92155-5490. Vendor will provide basic Cable News Package and Internet 100Mb/20Mb signal to the following: ***SEE PRICING SCHEDULE** Specific Tasks. The vendor shall furnish cable television service to the U.S. Navy - Commander Naval Surface Force, U.S. Pacific Fleet 1. Task Vendor owns the equipment and is responsible for any maintenance. Deliverables: Any maintenance that would be required to keep service ongoing. 2. Task Vendor is responsible for providing Basic Cable News Package and Internet services. Deliverables: All television channels should be available everyday (seven days per week) and 24 hours per day. Vendor will provide a Service Technician�s name, direct dial telephone number, email address to report, and respond to cable outages and maintenance issues within four (4) hours. Performance Monitoring: Spot-checks to be performed by Technical Point of Contact (TPOC) as well as the users of this service. Place of Performance. COMNAVSURFPAC (CNSP) 2841 RENDOVA RD. SAN DIEGO CA 92155-5490 Period of Performance. Base plus (3) Option Years. Base: 3/10/2020 � 3/09/2021 Option Year 1: 3/10/2021 � 3/09/2022 Option Year 2: 3/10/2022 � 3/09/2023 Option Year 3: 3/10/2023 � 3/09/2024 All interested companies shall provide quotes for the following: Line Item Description POP Quantity Unit Price Total Price 0001 Cable TV and Internet Subscription 3/10/2020 � 3/09/2021 12 Mo 1001 Cable TV and Internet Subscription 3/10/2021 � 3/09/2022 12 Mo 2001 Cable TV and Internet Subscription 3/10/2022 � 3/09/2023 12 Mo 3001 Cable TV and Internet Subscription 3/10/2023 � 3/09/2024 12 Mo Total Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items.� If paragraph (j) of the provision is applicable, a written submission is required. All quoters shall submit the following: � One electronic copy of quote All quotes shall be sent electronically to Michelle Muniz at michelle.muniz@navy.mil EVALUATION. Award shall be made to the best value, as determined to be the most beneficial to the Government. The FAR provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Reference the addenda statements below to this provision. ADDENDUM to FAR 52.212-1 Addendum to FAR 52.212-1(b), Submission of offers. This paragraph is tailored as follows: To assure timely and equitable evaluation of quotations, quoters must follow the instructions contained herein. Quoters are required to meet all solicitation requirements, including all terms and conditions of the RFQ, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in a quotation being ineligible for award. Quoters must clearly identify any exceptions to the solicitation terms and conditions and provide complete accompanying rationale. The Government intends to make award based on the initial quote submissions without conducting interchanges. Therefore each quote should contain the quoter�s best terms from a price and technical standpoint. However, the Government reserves the right to hold interchanges (using Interchange Notices {INs}) if, during the evaluation, it is determined to be in the best interest of the Government, IAW FAR 52.212-1(g). Interchanges are fluid interaction(s) between the Contracting Officer (CO) and the quoters that may address any aspect of the quote and may or may not be documented in real time. Interchanges may be conducted with one, some or all quoters as the Government is not required to conduct interchanges with any and/or all quoters responding to this solicitation Quoters shall submit the following items: 1. Price: Quoters are required to complete and return the attached Pricing Sheet in Excel format (Atch No. 2) in addition to provide a quote on company letterhead which must provide the following information, as listed in the Pricing Schedule (Atch No. 2): Descriptions, Unit Prices and Total Prices. The Government intends to award based on initial responses, therefore, you are encouraged to offer your most advantageous pricing to include discounts, in the initial response. 2. Technical Specifications � Quotations must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The quotation shall demonstrate the contractor�s ability to provide TV subscriptions with required channels and distribute fully functional TV programming throughout all locations as well as provide internet services IAW the Pricing Schedule (Atch No. 2) and Statement of Work herein. Furthermore the quotation shall demonstrate the contractor�s ability to provide and install the equipment as requested IAW the Pricing Schedule (Atch No.2) and Statement of Work. The quotation submittal shall be clear, concise and include sufficient detail (e.g. Manufacturer, Model, Part No.) for effective evaluation and for substantiation of the validity of stated claims. 3. Amendments (if applicable) � vendors shall acknowledge all amendments in writing with the quotation submittal. 4. Completed Representation and Certifications (e.g. 52.212-3/52.204-24) 2. The FAR provision 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Reference the addenda statements below to this provision. ADDENDUM to FAR 52.212-2 Best Value will be based on a Lowest Price Technically Acceptable (LPTA) approach. For this RFQ, best value means a single purchase order shall be made to the responsible contractor whose products are technically acceptable and quotes the lowest total evaluated price. The following two (2) factors shall be used to evaluate quote(s): Technical and Price. a. Technical - The technical response shall demonstrate compliance with providing and installing the required equipment and TV subscription as specified in the attached Pricing Sheet (Atch No. 2), and Statement of Work herein. The technical factor shall be rated acceptable or unacceptable as follows: Adjectival Rating Description Acceptable Quote provides sufficient information to demonstrate your ability to provide and install the required equipment and provide a TV subscription and Internet as specified in the attached Pricing Sheet (Atch No. 2), and Statement of Work Unacceptable Quote does not provide sufficient information to demonstrate your ability to provide and install the required equipment and provide a TV subscription and Internet as specified in the attached Pricing Sheet (Atch No. 2), and Statement of Work b. Total Evaluated Price - The Government will evaluate quotes for award purposes by adding the extended price (quantities multiplied by unit prices) for each CLIN, including Options as identified in the Pricing Schedule and the supplied company quotation to determine the total evaluated price. The evaluation of options will be IAW FAR 52.217-5. 3. Quoter(s) is(are) required to include a completed copy of the provisions at 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and 52.212-3, Offeror Representations and Certifications - Commercial Items, with their quotation. 4. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition with the following addenda statement: ADDENDUM to FAR 52.212 Addendum to FAR 52.212-4(c). This paragraph is tailored as follows: Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. 5. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, all FAR clauses cited in the clause are applicable to the acquisition. 6. The complete quotation package is due 19th Feb 2020 at 4:00 PM Pacific Standard Time. If you have any questions, please contact Michelle Muniz at michelle.muniz@navy.mil. All questions and/or requests for information must be submitted no later than 18 Feb 2020 at 10:00 AM Pacific Standard Time. Notice to Vendor(s): The Government reserves the right to cancel this solicitation, either before or after the closing date of receipt of quotations. In the event the Government cancels this solicitation, the Government has no obligation to reimburse the vendor for any costs. 2 Attachments: 1. Applicable Clauses and Provisions 2. Pricing Schedule
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cd9fa0c8043d46c3b2efc8cd1aebc1ba/view)
 
Record
SN05561765-F 20200215/200213230136 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.