Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOLICITATION NOTICE

D -- Commercial Wi-Fi Internet Services

Notice Date
2/22/2021 11:44:55 AM
 
Notice Type
Solicitation
 
NAICS
517312 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
COMMANDING OFFICER TWENTYNINE PALMS CA 92278-8108 USA
 
ZIP Code
92278-8108
 
Solicitation Number
M6739921Q0009
 
Response Due
3/12/2021 9:00:00 AM
 
Archive Date
03/27/2021
 
Point of Contact
April McNellie, Phone: 7608305125, Aaron E. Viana, Phone: 7608305121
 
E-Mail Address
april.mcnellie@usmc.mil, aaron.viana@usmc.mil
(april.mcnellie@usmc.mil, aaron.viana@usmc.mil)
 
Description
The Contractor shall provide all non-personal services including all management, supervision, personnel, transportation, tools, materials and other items and services necessary to construct, operate, and maintain reliable Internet and to provide dedicated fiber-based Internet connectivity, managed Wi-Fi, and managed security services.� The Contractor will offer a variety of transfer speeds in fiber optic formats. Email accounts shall not be included or provided with any Government package.� The Contractor shall provide the Government with the following internet speed options. Internet Service � up to 50 Mbps Internet Service � 51 to 100 Mbps Internet Service � over 100 Mbps Quotes shall be complete, and be organized into the following parts: Volume I � Price Proposal, Volume II � Technical Proposal, and Volume III � Past Performance.� Quotes shall include a Cover Sheet and, if applicable, Teaming Arrangement/Joint Venture Documentation. At a minimum, quotes must include the following to be eligible for award: 1. Cover Sheet with the following information: 1.1 Time specified in the solicitation for receipt of quotes: Friday, March 12, 2021 09:00 AM (PT). 1.2 Company name; 1.3 Company address and remit to address if different than mailing address; 1.4 Company telephone number; 1.5 Company e-mail address; 1.6 Company point of contact(s); 1.7 SAM registration expiration date; 1.8 CAGE code; 1.9 DUNS number; 1.10 Registration confirmation for NAICS code 517312 in System for Award Management; 1.11 Acknowledge Solicitation Amendments, if applicable; 2. Volume I: Price Proposal and any discount terms with the following information: 2.1 Submit the Standard Form (SF) 1449, with blocks 12, 17a and b, and 30a through c completed with an original, authorized signature and the Contract Clauses section filled-in; 2.2 Quoters shall submit pricing on the CLINS/Schedule of the SF1499 solicitation.� 2.3 Submit a copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b)(2) for those representations and certifications that the quoter shall complete electronically); and 2.4 If applicable, submit all pages of each solicitation amendment(s) (SF 30) with the original solicitation documents, signed by the same official authorized to sign the SF 1449. 2.5 Pricing shall annotate the unit price under each CLIN respectively.� The annotated unit price multiplied by the quantity shall equal the total amount for each CLIN.� Quoted unit pricing shall be stated in no more than 2 decimal places.� Any price quote containing unit pricing exceeding two (2) decimal places will be deemed an incomplete submission. 3. Volume II: Technical Proposals shall include the following: (1) Technical Approach.� Submit your technical proposal with the following information: 3.1 Part 1: Technical Approach 3.1.1 List of internet speed options; 3.1.2 List of access point equipment and equipment specifications; 3.1.3 Narrative regarding how the Quoter will adhere to their respective Risk Management Framework controls; and 3.1.4 Identify any construction requirements associated with installing the services. 3.1.4.1 CONSTRUCTION. The definition of construction as related to this solicitation means construction, alteration, or repair (including dredging, excavating, and painting) of buildings, structures, or other real property. 4.� Volume III:� Past Performance Proposal with the following information: 4.1� Submit a list of no more than three (3) recent and relevant contracts performed for Federal agencies or commercial customers that demonstrates the ability to successfully perform the scope and breadth of the requirements as described in the PWS for this solicitation.� Any past performance references in excess of the first three submitted will not be evaluated. 4.1.1� RECENT.� The definition of recent as related to this solicitation includes performance within the last three years from the issue date of this solicitation; 4.1.2� RELEVANCE.� Quoters shall identify what elements of each past performance reference are deemed relevant to this solicitation.� Definitions of relevancy are as follows: 4.1.2.1� RELEVANT.� Present/past performance effort involved similar scope and magnitude of effort as the requirement detailed in this solicitation; and 4.1.2.2� NOT RELEVANT.� Present/past performance effort involved little or none of the scope and magnitude of effort as the requirement detailed in this solicitation. 4.2� Submit the following information for each contract submitted for past performance evaluation: 4.2.1� Company/Division name; 4.2.2� Product/Service; 4.2.3� Contracting Agency/Customer; 4.2.4� Contract Number; 4.2.5� Contract Dollar Value; 4.2.6� Period of Performance; 4.2.7� Verified, up-to-date name, address, e-mail address, telephone number of the Government evaluator, contracting officer or customer POC responsible for procuring your services; 4.2.8� Comments regarding compliance with contract terms and conditions; and 4.2.9� Comments regarding any known performance deemed unacceptable by the customer or not in accordance with the contract terms and conditions, the resolution(s) implemented and results. 5. Quoters are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors.� Failure to meet a requirement of the solicitation will result in a quote being excluded from consideration. However, quoters may provide an alternate means of performance in accordance with FAR 52.204-22. 6. Documents submitted in response to this solicitation must be fully responsive to and consistent with: (1) requirements of this solicitation; (2) Government standards and regulations; and (3) evaluation factors for award. 7. All questions must be submitted by Friday, February 12, 2021 at 09:00 AM (PT). 8. All quotes must be submitted in 12 point Times New Roman font, single spaced, and single sided. 9. Each submitted quote shall not exceed a total volume of fifty (50) pages in addition to the required signed copy of the SF1449 and all applicable amendments.� The Government will not evaluate any pages in excess of the page limitation, starting with page 51.� The following items shall not count against the total volume page count: one (1) page cover sheet, one (1) page cover letter, and one (1) page for a table of contents. 10.� An optional site visit will be conducted on Wednesday, February 10, 2021 starting at 09:00 AM.� 11.�Award will be made utilizing a Lowest Price Technically Acceptable (LPTA) source selection method.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ff3f85c6059142f0a4f5530c1f675b44/view)
 
Place of Performance
Address: Twentynine Palms, CA 92278, USA
Zip Code: 92278
Country: USA
 
Record
SN05922647-F 20210224/210222230106 (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.