Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2022 SAM #7645
MODIFICATION

D -- Wireless Broadband Network Engineering and Consulting Support

Notice Date
11/3/2022 7:24:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
FCC WASHINGTON DC 20554 USA
 
ZIP Code
20554
 
Solicitation Number
273FCC23Q0001
 
Response Due
12/2/2022 1:00:00 PM
 
Archive Date
12/17/2022
 
Point of Contact
Teresa Dailey
 
E-Mail Address
teresa.dailey@fcc.gov
(teresa.dailey@fcc.gov)
 
Description
This is a labor hour Request for Quotation (RFQ) for Wireless Network Engineering and Consulting Services. This combined synopsis/solicitation is prepared in accordance with FAR Part 12 in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed in FAR Subpart 13.5.� The following solicitation document, incorporated provisions, and clauses are in effect through Federal Acquisition Circular 2022-08. This Best Value Tradeoff procurement is unrestricted, full and open. The NAICS Code is 541330 � Engineering Services, with a small business size standard of $22.5 million. �All prospective contractors must be registered in the System for Award Management (SAM) at www.sam.gov prior to submission of quotations to be eligible for award.� Lack of SAM registration will make a contractor ineligible for award.� The Government requests quotes for the services listed on Attachment 3 � FCC BDC Pricing Sheet (See Attachment 1 - �Performance Work Statement and Attachment 2 � Labor Categories and Position Descriptions for more details). Reference Attachment 3 � FCC BDC Pricing Sheet, please include pricing for Base year and two (2) option years, see tabs (Instructions, Total Proposed Price, and NTE Labor Rates) listed on Spreadsheet. The Period of Performance is a one-year base period plus two (2) one-year optional periods. See Attachment 4 � SF1449 for all applicable Terms and Conditions related to this procurement. Provisions 52.212-1, Instructions to Offerors � Commercial, 52.212-2, Evaluation -- Commercial Items, and 52.212-4, Contract Terms and Conditions -- Commercial Items apply to this acquisition along with any listed addenda to the provisions. Representations and Certifications, FAR 52.212-3 - Offerors shall submit one completed copy of all representations and certifications.� If the Offeror has completed the Online Representations and Certifications at the System for Award Management (SAM) at https://www.sam.gov/content/home it should submit an electronic printout or screenshot of the Representations and Certifications as part of its proposal. 52.212-1����� INSTRUCTIONS TO OFFERORS�COMMERCIAL ITEMS � ADDENDUM Quotes shall include the following: Name of Firm Complete Address Unique Entity Identifier (UEI) Number Taxpayer Identification Number (TIN) Name and contact information for company official with authority to obligate the vendor Any Subcontractor(s) name or Subcontractor�s Vendor RFQ Number Date of Quotation Statement that Quotes are valid for a period of no less than 60 days. Socio Economic Designation(s) Evaluation submittals per 52.212-2 (below) Quote Submissions: Quotes are due no later than December 2, 2022 at 4:00 PM Eastern Time. Offerors are responsible for verifying receipt of their quotes to this office before offer due date and time. Quotes shall be emailed to: Teresa.Dailey@fcc.gov and EAC-Proposals@fcc.gov.� Include �RFQ Number 273FCC23Q0001, Wireless Network Engineering and Consulting Support Services - QUOTE� in the subject line of the e-mail.� � To avoid rejection of an offer, the offeror must make every effort to ensure its electronic submission is virus-free. Quotes, or portions thereof, submitted with the presence of a virus or which are otherwise unreadable will be treated as unreadable pursuant to FAR 15.207(c). Questions - Submit any questions or comments via email to Contracting Officer at: Teresa.Dailey@fcc.gov and EAC-Proposals@fcc.gov.� Include �RFQ Number 273FCC23Q0001, Wireless Network Engineering and Consulting Support Services - QUESTIONS� in the subject line of the e-mail.� Please identify the page and section of the solicitation to which your question refers.� Questions are to be submitted no later than 10:00 AM EDT, November 18, 2022. 52.212-2���� EVALUATION--COMMERCIAL ITEMS (NOV 2021) (a) Basis for Award: The Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In order to determine best value, this acquisition shall use a trade-off process. �This process permits trade-offs among technical capability and price, and allows the Government to accept other than the lowest-priced quote.� The following factors shall be used to evaluate quotes: TECHNICAL CAPABILITY PRICE (b) VOLUME I � Technical Capability [NTE 30 Pages]: FORMAT AND CONTENT - Use Times New Roman 12-point font, single spaced type with one-inch margins. Text within Figures and Tables cannot be smaller than 9-point font size. Charts, figures, tables and other exhibits are excluded from the NTE page count for the Technical Proposal narrative. Such additional information shall be included at the end of the proposal and referenced accordingly in the narrative to make it clear that the narrative does not exceed the page limitations. Include the following information in order to verify credentials. Technical Capability shall demonstrate the vendor�s: Technical solution and understanding of the overall and specific requirements in the PWS Section 4.� Vendor shall reference and provide a response for PWS Sections 4.1 and 4.2.� See PWS Section 4.1 & 4.2 for specific requirements of what must be responded to and included in the technical response. Documented experience providing the capabilities / services outlined in the PWS Section 4. The vendor shall describe an onboarding approach ensuring their employees will be onboarded and fully cleared by FCC Security Office to start work within 20 days of contract award date.� See PWS Section 5 and LOCAL-27 clause. (c) VOLUME II - Price [No page limit]: The price quote is to be submitted as a Labor Hour quote.� The Offeror shall include all information relating to the quoted prices, including all required supporting documentation, in Volume II: Price. Under no circumstances shall price information and documentation be included in any other volume. The Offeror�s price quote shall include. Price Executive Summary: The Offeror shall provide a summary of Volume II Price, including an overview of the pricing approach and strategy for both the base requirement (�Core Team�) and potential future expansion of support (�Surge Support�) through the period of performance. Offeror shall refer to the defined Labor Category Descriptions (Attachment 2) and utilize the attached pricing sheet (Attachment 3) to provide their pricing quote prepared for the PWS contained herein.� Labor Rates:�The Offeror shall provide labor categories with fully burdened hourly labor rates and annotate on the attached Pricing Sheet. All loaded labor rates shall be rounded to the nearest penny. Special Project CLINs:�Offerors must propose a ceiling amount of $200K per year, which has already been entered into the pricing sheet for all Offerors and will be included in the government�s calculation of the Offeror�s total evaluated price to use for the tradeoff.� Price Quote shall be submitted with sufficient detail to support the quoted prices and to permit the Government to determine that quoted prices are fair and reasonable.� Note that Price Quote does not have a page limit.������� Evaluation of Option to Extend Services. As part of the price evaluation, the Government will evaluate the Option to Extend Services under FAR Clause 52.217-8 by adding one-half of the offeror's final option period price to the offeror's total price. Therefore, the offeror's total evaluated price will include the prices for the base period, first option period, second option period, plus one-half of the second option period price. The Government may determine a quote is unacceptable if the prices quoted are materially unbalanced between line items or subline items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A quote may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. (d) The Government will evaluate offerors� past performance information through various methods (e.g., CPARS, FAPIIS, SPRS (formerly PPIRS) etc.) to determine eligibility for award as part of contractor responsibility. (End of provision)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f81d6232d39b4c119ce170f8fa5e50d8/view)
 
Place of Performance
Address: Washington, DC 20554, USA
Zip Code: 20554
Country: USA
 
Record
SN06508898-F 20221105/221103230056 (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.