Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOLICITATION NOTICE

D -- Kwajalein Internet Service

Notice Date
4/19/2023 3:55:17 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517111 —
 
Contracting Office
0413 AQ HQ CONTRACT FORT SHAFTER HI 96858-5025 USA
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN23Q0010
 
Response Due
5/19/2023 8:00:00 PM
 
Archive Date
06/03/2023
 
Point of Contact
Jesse Kesolei, Phone: 808-366-0706, Liane Leong, Phone: 8082235870
 
E-Mail Address
jesse.l.kesolei.civ@army.mil, liane.leong.civ@mail.mil
(jesse.l.kesolei.civ@army.mil, liane.leong.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation i) 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 written solicitation will not be issued. (ii) Competitive quotes are being requested under Request for Quote (RFQ) Number W912CN-23-Q-0010. (iii) This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-07, Effective: August 10, 2022. (iv) The North American Industry Classification System (NAICS) code applicable to this acquisition is 517111, Wired Telecommunications. The small business size standard is $1,500 employees. This procurement is issued as 100% Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. (v) A list of contract line item number(s) and items, quantities, and units of measure: Clin: 0001 Description OF REQUIREMENTS: Circuit ID:671-191-0180 providing 1GB Internet access with static IPA with the required Cross Connection at Tata CLS. In addition to bandwidth the contractor shall provide distributed denial-of-service (DDoS) protection. (See Statement of work) QTY: 12 months Unit of Issue: Jobs Monthly Price:________________________ Yearly Price:____________________ Clin: 1001 Option period I; Description OF REQUIREMENTS: Circuit ID:671-191-0180 providing 1GB Internet access with static IPA with the required Cross Connection at Tata CLS. In addition to bandwidth the contractor shall provide distributed denial-of-service (DDoS) protection. (See Statement of work) QTY: 12 months Unit of Issue: Jobs Monthly Price:________________________ Yearly Price:____________________ Clin: 2001 Description OF REQUIREMENTS: Circuit ID:671-191-0180 providing 1GB Internet access with static IPA with the required Cross Connection at Tata CLS. In addition to bandwidth the contractor shall provide distributed denial-of-service (DDoS) protection. (See Statement of work) QTY: 12 months Unit of Issue: Jobs Monthly Price:________________________ Yearly Price:____________________ Clin: 3001 Description OF REQUIREMENTS: Circuit ID:671-191-0180 providing 1GB Internet access with static IPA with the required Cross Connection at Tata CLS. In addition to bandwidth the contractor shall provide distributed denial-of-service (DDoS) protection. (See Statement of work) QTY: 12 months Unit of Issue: Jobs Monthly Price:________________________ Yearly Price:____________________ Clin: 4001 Description OF REQUIREMENTS: Circuit ID:671-191-0180 providing 1GB Internet access with static IPA with the required Cross Connection at Tata CLS. In addition to bandwidth the contractor shall provide distributed denial-of-service (DDoS) protection. (See Statement of work) QTY: 12 months Unit of Issue: Jobs Monthly Price:________________________ Yearly Price:____________________ To be considered acceptable and eligible for award, quotes must be complete and including all of the items and services in accordance with the attached �STATEMENT OF WORK.�� The Government will not consider quotes or offers for partial items or quantities. (vi) Contractors shall review the �Attachment 1 � Statement of Work� for the full description of requirements. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Destination The expected Period of Performance for this effort is: CLINs 0001 : 01 July 2023 � 30 June 2024 Option Period 1 - CLINs 1001: 01 July 2024 � 30 June 2025 Option Period 2 - CLINs 2001: 01 July 2025 � 30 June 2026 Option Period 3 - CLINs 3001: 01 July 2026 � 30 June 2027 Option Period 4 - CLINs 4001: 01 July 2027 � 30 June 2028 Delivery locations for all CLINs: USAG-Kwajalein PBO USAG PSC 701. 6th ST. Bldg 602, Kwajalein Atoll, RMI APO-AP 96555-2526, (viii) OFFEROR INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors � Commercial Items (JUL 2021), applies to this acquisition.� The Government intends to award a Firm-Fixed-Price contract resulting from this solicitation to the responsible offeror 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 contract award. A complete quote includes a response and submission to each of the following: General Information: Offeror 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 Contact (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. Price Quote: The quoter shall submit complete pricing for each CLIN listed in the �Description of Requirements� Section above to include the unit price and the extended price for each line item and a total price in US Dollars ($). All options must be priced; partial quotes will not be accepted. (ix) Evaluation Factors for Award: In lieu of the provision at 52.212-2 Evaluation-Commercial Products and Commercial Services, the specific evaluation criteria included is Lowest Price Technically Acceptable: Factor I � Lowest Price Technically Acceptable (LPTA): The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items inclusive of all option periods. The total firm-fixed-price shall include all applicable taxes and all associated price as outlined in paragraph (v) above. **Basis for Award: The Government intends to award a firm-fixed-price contract to the responsible offeror meeting solicitation requirements, such as terms and conditions, representations, and certifications in order to be eligible for award. The vendor must be actively registered in the System for Award Management (SAM) at the time of offer submission. The award decision will be based on whether the lowest priced technically acceptable of the quotations possible represents the best value when compared to any lower priced quotation or offer. In order to arrive at the best value determination, the Government reserves the right to resolve quote deficiencies with one, some, or all contractors at its discretion. Additionally, the quote will be evaluated for a fair and reasonable price. The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. (x) Offerors must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JULY 2021), applies to this acquisition. 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. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition. Attachment 1 � Statement of Work �(End of provision) (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement. (xv) DUE DATE AND SUBMISSION INFORMATION Formatting Requirements: Submit quotes in electronic PDF. Questions Due Date and Submission Requirements: All questions must be received before April 29, 2023 @ 1600HRS, Hawaii Time. Questions must be e-mailed to both Jesse.L.Kesolei.civ@army.mil AND Liane.Leong.civ@army.mil Include RFQ# W912CN -23-Q-0010 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on May 19, 2023 @ 1700hrs Hawaii Time.� (xvi) Government RFQ Point of Contract: The point of contact for this solicitation is Contract Specialist Jesse Kesolei at Jesse.L.Kesolei.civ@army.mil Reference RFQ# W912CN -23-Q-0010 on all email exchanges regarding this acquisition. ��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f3f8824a1ffd4c959cdfe3a1da7a7838/view)
 
Place of Performance
Address: Kwajalein Atoll, AP 96555-2526, MHL
Zip Code: 96555-2526
Country: MHL
 
Record
SN06655400-F 20230421/230419230112 (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.