Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2023 SAM #7842
SOLICITATION NOTICE

D -- VUP19 DET Guam Internet Services

Notice Date
5/16/2023 7:56:19 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517112 —
 
Contracting Office
NAVSUP FLC YOKOSUKA SASEBO OFFICE FPO AP 96322-1500 USA
 
ZIP Code
96322-1500
 
Solicitation Number
N6824623Q0079
 
Response Due
6/6/2023 7:00:00 PM
 
Archive Date
06/22/2023
 
Point of Contact
Andrew James Cortez, Phone: 6713397164, Timothy Karol, Phone: 6713395118
 
E-Mail Address
andrewjames.c.cortez.civ@us.navy.mil, timothy.s.karol.civ@us.navy.mil
(andrewjames.c.cortez.civ@us.navy.mil, timothy.s.karol.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(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; quotations are being requested and a written solicitation will not be issued. (ii) Solicitation number is N6824623Q0079 and is being issued as a Request for Quotes (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through: Federal Acquisition Circular (FAC) 2023-02 (iv) This requirement is a Total Small Business Set-Aside. The associate NAICS code is 517112 - Wireless Internet service providers and the small business size standard is 1,500. (v) See Attachment (a) � Quotation Sheet for a list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable). (vi) It is anticipated one firm-fixed price purchase order will be issued in response to this RFQ. No commercial financing. (vii) The Period of Performance is 05JUL23 � 04JUL24 and the place of performance is: VUP-19 DETACHMENT GUAM HANGAR 7 ANDERSON AFB BLDG 18104 YIGO, 96929, GU ATTN: AWCM JONATHAN BERG (viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (b) Addendum to 52.212-1 for additional instructions. (ix) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (c) 52.212-2, Evaluation-Commercial Products and Commercial Services for the description of the evaluation procedures to be used. (x) Do NOT submit a completed copy of the provision at (DEVIATION 2023-O0002), Offeror Representations and Certifications-Commercial Products and Commercial Services with your offer. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. There is no addendum to 52.212-4 for this solicitation (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28, Post Award Small Business Program Rerepresentation (SEP 2021) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2022) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEP 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT2018) 52.239-1, Privacy or Security Safeguards 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires (xiii) The following additional clauses and provisions also apply to this requirement: Clauses: 52.204-13, System for Award Management Maintenance 52.204-18, Commercial and Government Entity Code Maintenance 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor�Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-25, Affirmative Action Compliance 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act�Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer�System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Service 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements 252.204-7020, NIST SP 800-171 DoD Assessment Requirements. 252.204-7024, Notice on the use of the Supplier Performance Risk System 252.205-7000, Provision of Information to Cooperative Agreement Holder 252.211-7003, Item Unique Identification and Valuation 252.211-7008, Use of Government-Assigned Serial Numbers 252.215-7007, Notice of Intent to Resolicit 252.215-7008, Only One Offer 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 252.243-7002, Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea Provisions: 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control of Offeror 52.204-20, Predecessor of Offeror 52.204-26, Covered Telecommunications Equipment or Services--Representation 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services 52.212-2, Evaluation�Commercial Products and Commercial Services 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services 52.222-22, Previous Contracts and Compliance Reports 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. Wage Determination: Service Contract Act WD # 2015-5693 Rev 18 There are no additional contract requirement(s) or terms and conditions other than those included in this notice including all referenced provisions, clauses, and attachments. (xiv) The Defense Priorities and Allocations System (DPAS) is NOT applicable to this solicitation. (xv) The date, and time all quotations must be received in order to be considered for award is the response date and time in Contract Opportunities. See Attachment (b) Addendum to 52.212-1 for additional instructions including the submittal instructions. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation including submission of questions is the Contract Specialist identified in Contract Opportunities for this combined synopsis/solicitation. The Government may not respond to questions received less than 5 days prior to the due date and time for receipt of quotations.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ad05b909d1b4415582ffb36157a7b6bb/view)
 
Place of Performance
Address: Yigo, GU 96929, USA
Zip Code: 96929
Country: USA
 
Record
SN06683640-F 20230518/230517212020 (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.