Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 16, 2022 SAM #7689
SOLICITATION NOTICE

D -- Commercial Internet at the 115th FW in Madison, WI

Notice Date
12/14/2022 9:49:04 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517111 —
 
Contracting Office
W7N8 USPFO ACTIVITY WIANG 115 MADISON WI 53704-2591 USA
 
ZIP Code
53704-2591
 
Solicitation Number
W50S9F-23-Q-0007
 
Response Due
12/19/2022 8:00:00 AM
 
Archive Date
01/03/2023
 
Point of Contact
Joshua King, Scott Homner
 
E-Mail Address
joshua.king.54@us.af.mil, scott.homner@us.af.mil
(joshua.king.54@us.af.mil, scott.homner@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Update 13Dec2022: A site visit will be held on Thursday, 15 December 2022 from 08:00-09:00 Central at Truax Field in Madison, WI. To attend, send an email to the primary POC no later than 13:00 on Wednesday, 14 December 2022. The 115th Fighter Wing, Wisconsin Air National Guard, has a requirement for high-speed commercial internet service at 3110 Mitchell St, Madison WI 53704 beginning 01 January 2023. The Government intends to award a one base year, with four option years. See section (v - vii) for a description of requirements. (i) This is a combined synopsis/solicitation for commercial items 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. FAR Part 13 procedures will be utilized. (ii) Solicitation W50S9F-23-Q-0007 is issued as a Request for Quotation (RFQ). (iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08, effective 28 October 2022, and Defense Acquisition Circular DPN 20221028, effective 28 October 2022. (iv) This RFQ is solicited as a Total Small Business Set-Aside. The NAICS is 517111 with a small business size standard of 1,500 Employees. (v - vii) Description of Requirement The objective of this project is to obtain gigabit Internet to the 115th Fighter Wing�s demarcation point in Building 505. The successful offeror must either utilize existing fiber optic infrastructure that connects to the demarcation point in Building 505 or coordinate installation of new fiber optic infrastructure, reserve a static internet protocol version 4 address for the service, and write a new or provide an existing standard service-level agreement describing bandwidth, uptime, and service call response time assurances. A contract with one base year plus four option years options is anticipated, resulting in the following line items a firm-fixed-price contract: Line Item; Description/Quantity Item 1: Installation Item 2: Base Year Item 3: Option Year 1 Item 4: Option Year 2 Item 5: Option Year 3 Item 6: Option Year 4 The desired period of performance is 01 January 2023 � 31 December 2023. (viii) The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is included in this solicitation. The Government intends to award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation is most advantageous to the Government, price and other factors considered. Determination of best value will include an evaluation of price, past performance, and technical characteristics. The price of the options will be included in the evaluation for award purposes. (x) The offeror must include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with a quote or be currently registered in the SAM website with Representations and Certifications completed. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii. (xiii) The following additional agreement requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition: Award will be made to the offeror who represents the best value to the Government as outlined IAW the criteria set forth within the solicitation (Section ix). No contract award will be made until appropriated funds are made available. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using Wide Area Workflow (WAWF). Additional required provisions and clauses are listed in the attachment �Applicable Provisions and Clauses.� (xiv) DPAS Rating does not apply to this acquisition. (xv) Quotes must be received no later than the time and date indicated on this RFQ to be considered. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received. Instructions to Offerors: 1. Quotes in response to this solicitation MUST include: a. Complete monthly pricing for the base year and each of the four option years. If the contract is awarded, the Government may unilaterally exercise the option at the quoted price within the agreed-upon timeframe. b. Service-level Agreement. c. The Offeror�s Unique Entity Identifier (UEI) and CAGE. d. Technical description detailing any equipment provided and the plan to complete this requirement. e. Reference RFQ W50S9F-23-Q-0007 in your response. 2. It is the interested Offeror�s responsibility to check Contract Opportunities on SAM.gov for updated information. 3. A site visit may be offered if required. An interested vendor must email the POC no later than 12 December 2022 to request a site visit. If a site visit is offered, the date of the visit will be determined by the Government, it will occur no later than 16 December 2022, and this notice will be updated. 4. If your quote includes large attachments. more than 10 mb, email the POC to receive a link to upload the files. Failure to do so may mean that your quote will not be received. (xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received within a reasonable time prior to the response date may not be answered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8f8efec8c3dc4e02bb96c85ba98e4ac4/view)
 
Place of Performance
Address: Madison, WI 53704, USA
Zip Code: 53704
Country: USA
 
Record
SN06543200-F 20221216/221214230105 (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.