Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2023 SAM #7750
SOLICITATION NOTICE

54 -- Telecommunications Program Support

Notice Date
2/13/2023 3:50:38 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-23-Q-6093
 
Response Due
2/17/2023 7:00:00 AM
 
Archive Date
03/04/2023
 
Point of Contact
Jose de Jesus Neri, Contract Specialist, Phone: 760 556-9620
 
E-Mail Address
josedejesus.neri@navy.mil
(josedejesus.neri@navy.mil)
 
Description
Combined Synopsis/Solicitation Template This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 separate written solicitation will not be issued. This enclosure is an addendum to FAR Provision 52.212-1, Instructions to Offerors- Commercial Items, which applies to this acquisition. Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-23-Q-6093. The North American Industry Classification System (NAICS) code applicable to this acquisition is 541512 - Computer Systems Design Services. The small business size standard is $30 Million. This procurement is a Total Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Quotes submitted by non-Small Business Concerns will not be considered for award. DESCRIPTION OF REQUIREMENTS Telecommunications, Energy, Installations, and Environmental (EI&E) Program support for the Commander, Naval Installations Command (CNIC) Telecommunications Utility (TU) Program team, at the Washington Navy Yard, Washington D.C. Required effort includes developing telecommunications and EI&E related solutions for CNIC enabling for the stand up of a telecommunications utility and advanced climate strategies in accordance with the Performance Work Statement (PWS) (ATTACHMENT 1). CLIN STRUCTURE: For Required Contract Line Item Number (CLIN) structure, see Attachment (03) CLIN Structure. PERIOD OF PERFORMANCE: Base Period: Anticipated period of performance is from date of award to 15 September 2023. Option CLINs: Anticipated period of performance is from option exercise to twelve (12) months afterwards, to end no later than 4 years after award date. (See FAR Clause 52.217-9 below) PLACE OF PERFORMANCE: Washington Navy Yard, Washington D.C. (Full address will be provided upon award) OFFEROR INSTRUCTIONS The Government intends to award a firm-fixed price (FFP) purchase order resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, is most advantageous to the Government, as defined in the ""EVALUATION FACTORS FOR AWARD"" Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is ""None"" or ""Not Applicable,"" explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for award. A complete quote includes a response and submission to each of the following: 1.General Information: Quoter Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address). FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications- Commercial Items, applies to this acquisition. Quoters must include a completed copy of this provision with quote. 2.Technical Documentation: a.Technical Approach or Specifications: The quote must address and meet the requirements/specifications as defined in the Attachment (01) Performance Work Statement (PWS), Attachment (04) Minimum Qualifications and Technical Factor I below. The offeror shall identify and submit information for proposed personnel. The information shall address and communicate the breadth and depth of the individuals' qualifications and experience as it relates to the requirements of the subject effort. Offerors are encouraged to submit a supporting narrative that correlates (i.e., cross-references) information listed in the proposal to the minimum qualifications. b.Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. 3.Price Quote: Submit complete pricing for each line item listed using the Excel spreadsheet provided at Attachment (03) CLIN Structure (Plug In), to include the unit price, the extended price for each line item and a total price in US Dollars ($). 4.Commercial Warranty: If applicable, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Basis for Award: The Government intends to award a purchase order to the responsive, responsible vendor, whose quote, conforming to the RFQ, is most advantageous to the Government, price and non- price factors considered. Technical, price, and past performance factors will be used to evaluate quotes. The vendor must be registered in the System for Award Management (SAM). The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. Factor I- Technical: The evaluation will consider relevant experience and qualifications of the offeror's proposed personnel, and the extent to which the offeror has demonstrated their proposed personnel are qualified to perform the services detailed in Enclosure (4), including meeting required qualifications. The Government may evaluate more favorably resumes that meet all of the required qualifications and demonstrate greater breadth and depth with respect to the desired technical experience identified in this solicitation. Factor II- Price: The Government will evaluate the total price to determine if it is fair and reasonable. Quote should include a breakdown of labor involved (to include labor categories, fully burdened labor rate and number of hours) as well as a breakdown of any other costs included. Factor III � Past Performance: The Government will evaluate past performance by reviewing sources that may include, but are not limited to, information from Government personnel and information from sources such as the Federal Awardee Performance and Integrity Information System (FAPIIS) and Contractor Performance Assessment Reporting System (CPARS). Notice: Any quote rated ""Unacceptable"" under any one of the above factors may be determined to be ineligible for contract award. DUE DATE AND SUBMISSION INFORMATION Eligible Quoters: All vendors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means vendors shall have registered CAGE and UEID Codes. Page Limitations: None. Formatting Requirements: Submit Technical Volume in electronic PDF and Pricing Volume Excel format using Attachment (03) CLIN Structure (PLUG IN). Questions Due Date and Submission Requirements: All questions must be received before solicitation due date and time. Questions must be uploaded on the NAVWAR e-Commerce portal at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/ Open Solicitations/ N66001-23-Q-6093. Include RFQ # N66001-23-Q-6093 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on Friday, 17 February 2022 at 7:00 PM Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under NIWC Pacific/ Open Solicitations/ N66001-23-Q-6093. Email quotes and late quotes may not be accepted. NAVWAR e-Commerce website assistance: For e-Commerce technical issues, contact the NIWC Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Please complete and sign the mandatory Representations and Certifications below at attachments 5-8 and submit with your quote. RFQ ATTACHMENTS 1.C1.5 ATTACHMENT (01) Performance Work Statement (PWS) 2.C1.5 ATTACHMENT (02) PWS Addendum 3.C1.5 ATTACHMENT (03) CLIN STRUCTURE (PLUG IN) 4.C1.5 ATTACHMENT (04) MINIMUM QUALIFICATIONS 5.C1.5 ATTACHMENT (05) REPS & CERTS 52.204-24 6.C1.5 ATTACHMENT (06) REPS & CERTS 52.204-26 7.C1.5 ATTACHMENT (07) REPS & CERTS 252.204-7016 and 252.204-7017 8.C1.5 ATTACHMENT (08) PROVISION 252.225-7055 APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2023-01, Effective 12-30-2022 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20221230. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations. The current versions (as of the date of the RFQ) of the following FAR/DFARS provisions, incorporated by reference, apply to this acquisition: 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Reporting 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26, Covered Telecommunications Equipment or Services- Representation 52.212-1, Instructions to Offerors- Commercial Items 52.212-3, Alternate 1, Offeror Representations and Certifications- Commercial Items 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7016, Covered Defense Telecommunications Equipment or Services- Representation 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services- Representation 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements 252.225-7055, Representation Regarding Business Operations with the Maduro Regime FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (as of the date of the RFQ), applies to this acquisition and includes the following clauses by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-14, Service Contract Reporting Requirements 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment by Electronic Funds Transfer- System for Award Management The current version of the following FAR and DFARS clauses (as of the date of the RFQ), incorporated by reference, apply to this acquisition: 52.204-9, Personal Identity Verification of Contractor Personnel 52.203-12, Limitation on Payments to Influence Certain Federal Transactions 52.204-13, System for Award Management Maintenance 52.204-18, Commercial and Government Entity Code 52.212-4, Contract Terms and Conditions � Commercial Items 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004, DoD Antiterrorism Awareness Training for Contractors 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Service 252.204-7020 NIST SP 800-171 DoD Assessment Requirements 252.204-7022, Expediting Contract Closeout 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.232-7017, Accelerating Payments to Small Business Subcontractors- Prohibition on Fees and Consideration 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000, Subcontracts for Commercial Items The following additional provision(s) and clause(s) incorporated in full text, (as of the date of the RFQ) apply to this solicitation: 52.217-9 Option to Extend the Term of the Contract (a) The Government may exercise Option CLINs 1001-1010 of this contract by written notice to the Contractor at any point up to 3 years after date of contract award; provided that the Government gives the Contractor a preliminary written notice of its intent to extend before the base period and/or current option period expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4 years. (End of clause) 52.252-1, Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far (FAR provisions and deviations) and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (DFARS provisions) (End of provision) 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far (FAR clauses and deviations) and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (DFARS clauses). (End of Clause) H-3 LIMITED RELEASE OF CONTRACTOR CONFIDENTIAL BUSINESS INFORMATION (a) Definition. ""Confidential Business Information,"" (information) as used in this text, is defined as all forms and types of financial, business, economic or other types of information other than technical data or computer software/computer software documentation, whether tangible or intangible, and whether or how stored, compiled, or memorialized physically, electronically, graphically, photographically, or in writing if -- (1) the owner thereof has taken reasonable measures to keep and protect such information, and (2) the information derives independent economic value, actual or potential from not being generally known to, and not being readily ascertainable through proper means by, the public. Information does not include technical data, as that term is defined in DFARS 252.227-7013(a)(14), 252.227-7015(a)(4), and 252.227-7018(a)(19). Similarly, information does not include computer software/computer software documentation, as those terms are defined in DFARS 252.227-7014(a)(4) and 252.227-7018(a)(4). (b) The Naval Information Warfare Systems Command (NAVWAR) may release to individuals employed by NAVWAR support contractors and their subcontractors. Information submitted by the contractor or its subcontractors pursuant to the provisions of this contract. Information that would ordinarily be entitled to confidential treatment may be included in the information released to these individuals. Accordingly, by submission of a proposal or execution of this contract, the offeror or contractor and its subcontractors consent to a limited release of its information, but only for purposes as described in paragraph (c) of this text. (c) Circumstances where NAVWAR may release the contractor's or subcontractors' information include the following: (1) To other NAVWAR contractors and subcontractors, and their employees tasked with assisting NAVWAR in handling and processing information and documents in the administration of NAVWAR contracts, such as file room management and contract closeout; and, (2) To NAVWAR contractors and subcontractors, and their employees tasked with assisting NAVWAR in accounting support services, including access to cost-reimbursement vouchers. (d) NAVWAR recognizes its obligation to protect the contractor and its subcontractors from competitive harm that could result from the release of such information. NAVWAR will permit the limited release of information under paragraphs (c)(1) and (c)(2) only under the following conditions: (1) NAVWAR determines that access is required by other NAVWAR contractors and their subcontractors to perform the tasks described in paragraphs (c)(1) and (c)(2); (2) Access to information is restricted to individuals with a bona fide need to possess; (3) Contractors and their subcontractors having access to information have agreed under their contract or a separate corporate non-disclosure agreement to provide the same level of protection to the information that would be provided by NAVWAR employees. Such contract terms or separate corporate non-disclosure agreement shall require the contractors and subcontractors to train their employees on how to properly handle the information to which they will have access, and to have their employees sign company non-disclosure agreements certifying that they understand the sensitive nature of the information and that unauthorized use of the information could expose their company to significant liability. Copies of such employee non-disclosure agreements shall be provided to the Government; and (4) NAVWAR contractors and their subcontractors performing the tasks described in paragraphs (c)(1) or (c)(2) have agreed under their contract or a separate non-disclosure agreement to not use the information for any purpose other than performing the tasks described in paragraphs (c)(1) and (c)(2). (e) NAVWAR's responsibilities under the Freedom of Information Act are not affected by this text. (f) The contractor agrees to include, and require inclusion of, this text in all subcontracts at any tier that requires the furnishing of information. (End of clause)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8f4d787cd5594963a0beb782b19a3d8d/view)
 
Record
SN06590044-F 20230215/230214060650 (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.