Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2023 SAM #7908
MODIFICATION

D -- OP Round Cut-Over

Notice Date
7/21/2023 1:51:51 PM
 
Notice Type
Solicitation
 
NAICS
517810 —
 
Contracting Office
COMMANDING OFFICER TWENTYNINE PALMS CA 92278-8108 USA
 
ZIP Code
92278-8108
 
Solicitation Number
M6739923Q0027
 
Response Due
8/18/2023 9:00:00 AM
 
Archive Date
09/02/2023
 
Point of Contact
Nancy De Avila Alvarado, Phone: 7608305121, Patrick L. Doyle, Phone: 7608305115
 
E-Mail Address
nancy.alvarado@usmc.mil, patrick.doyle@usmc.mil
(nancy.alvarado@usmc.mil, patrick.doyle@usmc.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The communication system that enables Service Level Training Exercises (SLTE) aboard the Marine Corps Air Ground Training Center (MCAGCC) is faulty and requires repair. The repairs will consist of a modification and improvement of the microwave backhaul system at MCAGCC in Twentynine Palms, CA. Specifically, to re-route the microwave system and install links (�cut over�) so that the site at Observation Point (OP) Round can be completely avoided, thus repairing the system.� This change in the microwave system will improve reliability and functionality. Additionally, the elimination of this remote microwave repeater site will reduce the cost of maintenance of the system. At a minimum, offers must include the following to be eligible for award: 1. Cover Sheet with the following information: 1.1 Time specified in the solicitation for receipt of offers: Friday, Aug 18th, 2023 at 9:00 AM (PT). 1.2 Company name; 1.3 Company address and remit to address if different than mailing address; 1.4 Company telephone number; 1.5 Company e-mail address; 1.6 Company point of contact(s); 1.7 SAM registration expiration date; 1.8 CAGE code; 1.9 DUNS number; 1.10 Registration confirmation for NAICS code 517810; 1.11 Acknowledge Solicitation Amendments, if applicable; 1.12 Site Visit: N/A 2. Volume I: Technical Proposals shall include the following: (1) Technical Approach. Submit your technical proposal with the minimum following information: 2.1 Part 1: Technical Approach 2.1.1 Include a narrative on how offeror plans to meet the performance objectives required in the Statement of Work 3. Volume II: Price Proposal and any discount terms with the following information: 3.1 Submit the Standard Form (SF) 1449, with blocks 12, 17a and b, and 30a through c completed with an original, authorized signature and the Contract Clauses section filled-in. 3.2 Offerors shall submit pricing on the CLINS/Schedule of the SF1449 solicitation. 3.3 Submit a copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b)(2) for those representations and certifications that the offeror shall complete electronically). 3.4 If applicable, submit all pages of each solicitation amendment(s) (SF 30) with the original solicitation documents, signed by the same official authorized to sign the SF 1449. 3.5 Pricing shall be included by annotating the unit price under each CLIN respectively. The Offeror must complete the unit price and total price for each CLIN of the solicitation SF1449, and provide a summation of the TOTAL contract price (aggregate total of Contract Line Item Numbers). Quoted unit pricing shall be stated in no more than 2 decimal places. Any price quote containing unit pricing exceeding two (2) decimal places will be deemed an incomplete submission. 4. Volume III:� Past Performance Quote with the following information: 4.1� Submit a list of no more than three (3) recent and relevant contracts, performed for Federal agencies or commercial customers, as a prime Contractor, that demonstrates the ability to successfully perform the scope and breadth of the requirements as described in the SOW for this solicitation.� Any past performance references in excess of the first three submitted will not be evaluated. 4.2� Submit the following information for each contract submitted for past performance evaluation: 4.2.1� Company/Division name; 4.2.2� Product/Service; 4.2.3� Contracting Agency/Customer; 4.2.4� Contract Number; 4.2.5� Contract Dollar Value; 4.2.6� Period of Performance; 4.2.7� Verified, up-to-date name, address, e-mail address, telephone number of the Government evaluator, contracting officer or customer POC responsible for procuring your services; 4.2.8� Comments regarding compliance with contract terms and conditions; and 4.2.9� Comments regarding any known performance deemed unacceptable by the customer or not in accordance with the contract terms and conditions, the resolution(s) implemented and results. 4. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors.� Failure to meet a requirement of the solicitation will result in a quote being excluded from consideration. However, offerors may provide an alternate means of performance provided that they clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. 5. Documents submitted in response to this solicitation must be fully responsive to and consistent with: (1) requirements of this solicitation; (2) Government standards and regulations; and (3) evaluation factors for award. 6. All proposals must be submitted in 12 point Times New Roman font, single spaced, and single sided. 7. Each submitted proposal shall not exceed a total volume of twenty (20) pages in addition to the required signed copy of the SF1449 and all applicable amendments. The following items shall not count against the total volume page count: one (1) page cover sheet, one (1) page cover letter, and one (1) page for a table of contents. 8. All questions must be submitted no later than Aug 7th, 2023 at 9:00 AM (OPT)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d7ebdf296dad4f4fbae1125cc55aa017/view)
 
Place of Performance
Address: Twentynine Palms, CA 92278, USA
Zip Code: 92278
Country: USA
 
Record
SN06758386-F 20230723/230721230042 (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.