Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 26, 2022 SAM #7635
SOLICITATION NOTICE

D -- McConnell AFB, KS Base Telecommunications Services

Notice Date
10/24/2022 6:27:02 AM
 
Notice Type
Presolicitation
 
NAICS
517311 — Wired Telecommunications Carriers
 
Contracting Office
FA4621 22 CONS PK MCCONNELL AFB KS 67221-3702 USA
 
ZIP Code
67221-3702
 
Solicitation Number
FA462122Q0004
 
Response Due
10/31/2022 2:30:00 PM
 
Point of Contact
Montgomery Manning, Phone: 3167592395, James Pilkington, Phone: 3167594597
 
E-Mail Address
montgomery.manning@us.af.mil, james.pilkington.1@us.af.mil
(montgomery.manning@us.af.mil, james.pilkington.1@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The 22d Contracting Squadron (22 CONS) of the 22d Air Refueling Wing announces the projected solicitation for Base Telecommunications System (BTS) Services at McConnell AFB, Kansas 67221. The 22d CONS intends to issue a Request for Quotation (RFQ) for a 100% competitive set-aside to SBA certified 8(a) concerns on or about 1 April 2022 for the acquisition of Base Telecommunications System Services to be performed at McConnell AFB KS. The Government anticipates evaluation factors to be a subjective trade-off between technical, past performance and price with technical and past performance being significantly more important than price. The technical evaluation will be limited to the Mission Essential Contractor Services Plan which must meet the requirements established in Defense Federal Acquisition Regulation Supplement Provision 252.237-7024 and will be analyzed on an acceptable/unacceptable basis. The Government intends to issue an award to a single SBA certified 8(a) concern under a Requirements contract on or about 30 April 2022. Services will be procured pursuant to the regulatory direction of Federal Acquisition Regulation Part (FAR) 12, Acquisition of Commercial Items following Simplified Acquisition Procedures outlined in FAR Part 13. The expected award shall consist of one base period of performance (12 months, 1 July 2022 through 30 June 2023) and may include up to four optional periods of performance (each 1 year in duration, and running consecutively from the expiration of the base period of performance). The NAICS code for this requirement is 517311, Wired Telecommunications Carriers. The Small Business Administration Size Standard is 1,500 employees. The successful contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision and other items and services, unless specified in the contract as Government Furnished Property (GFP). Work will support the mission of 22nd Communications Squadron at McConnell Air Force Base, Kansas by providing highly reliable wired telecommunications and networked voice, video and data services. The contractor shall perform Operation and Maintenance (O&M) and other services required to ensure the Base Telecommunications System (BTS) is available 24 hours per day, 7 days per week. The BTS consists of the base telephone system switch, the outside plant (OSP) and inside plant (ISP) systems, network, transmission systems, and all associated equipment, which may include other systems (e.g. radio, etc.). The contractor shall operate and maintain all BTS equipment and systems in accordance with (IAW) the Original Equipment Manufacturers� (OEM) technical manuals and specifications, Department of Defense (DoD) and US Air Force (AF) policy and regulations, applicable federal, state, and local laws and regulations. The closing date and time for submission of offers shall be contained in the solicitation package. The entire solicitation package shall be made available through the System for Award Management (SAM) Contract Opportunities web site at https://sam.gov/content/opportunities. Requests for copies of the solicitation package, or any cumulative parts thereof, by any other means shall not be honored. Potential offerors are responsible for monitoring the SAM website for the release of the solicitation package, which should be on or about 1 April 2022, for downloading their own copy of the solicitation package and for downloading their own copy of each associative amendment, if any. All firms wishing to submit a quotation subsequent to the solicitation described herein MUST be registered in the SAM database or risk their otherwise-timely quotation being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Information on SAM registration can be obtained at the following web site: https://sam.gov/content/home. No response to this announcement is required. The Government shall not pay for any information submitted in response to this announcement. The solicitation subsequent to this announcement may be cancelled. After solicitation and prior to award, the possibility exists to reject all offers when cancellation is clearly in the public interest. This announcement does not obligate the Government to pay for any quotation preparation costs. Per AFFARS 5352.201-9101 OMBUDSMAN (Oct 2019), the following applies: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mrs. Susan Madison, AFICC OL AMC, 510 POW/MIA, Scott AFB, IL 62225-5022, 618-229-0267, fax 618- 256-5724, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the enter/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0f66d8da8ef745669bd963aff8eb99b3/view)
 
Place of Performance
Address: McConnell AFB, KS 67221, USA
Zip Code: 67221
Country: USA
 
Record
SN06500848-F 20221026/221024230055 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.