Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
DOCUMENT

D -- Local Exchange Services for AF Sites and Recruiting Offices throughout the United States - Amendment 2 - Questions & Answers

Notice Date
9/12/2008
 
Notice Type
Questions & Answers
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 38 EIG/PK, 4064 Hilltop Road, Tinker AFB, OK, 73145-2713, UNITED STATES
 
ZIP Code
73145-2713
 
Solicitation Number
FA8773-08-R-0054
 
Response Due
1/14/2008
 
Archive Date
7/14/2018
 
Point of Contact
Debbie L Speir,, Phone: (405)734-9675, Barbara Winton,, Phone: 405-734-9907
 
E-Mail Address
debbie.speir@tinker.af.mil, barbara.winton@tinker.af.mil
 
Small Business Set-Aside
N/A
 
Description
The solicitation number is FA8773-08-R-0054, and the solicitation is issued as a request for proposal (RFP). This amended solicitation/synopsis replaces FA8773-08-R-0054 in its entirety. Questions and Answers dated 8 Sep 08, have been updated and are posted to this site. 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; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23. This acquisition will utilize full and open competition; there are no set asides for small businesses. For this acquisition, a concern will be considered small under NAICS 517110 with size standard of 1500 employees. Simplified procurement procedures will be used for this acquisition per FAR Parts 12 and 13. This acquisition is determined to be subject to FAR Part 13, Test Program for Certain Commercial Services of the FAR regarding the acquisition of commercial services and also subject to FAR Par 15 regarding contracting by negotiation. In accordance with Air Force (AF) Instruction 33-111, the 38th EIG is the only authorized contracting office to order local exchange telephone services for the AF including Air National Guard, AF Reserve and AF recruiting offices. 38 EIG/PKK has a requirement for awarding Firm-Fixed Price Blanket Purchase Agreements (BPAs) for an effective period up to ten years in order to, on an as-needed basis, acquire local telephone exchange services for all AF sites throughout the United States (CONUS). All BPA calls are referenced herein as "Communication Service Authorizations" (CSAs) and subject to the terms and conditions of the BPA. Each CSA will generally have a five-seven year period of performance but can be issued from one to 10 years. Local telecommunications services shall include, as a minimum but not limited to, local access for ISDN PRI's, local exchange trunks, transport channels, point-to-point circuits, commercial business lines, internet services, voice mail, directory number and number portability, operator and directory assistance, local and Intra-LATA access, and interconnection with Inter-LATA exchange carrier. 38 EIG/PKK intends to negotiate multiple BPAs with qualified sources in order to competitively award CSAs for local exchange services. Responding to this synopsis in no manner guarantees a BPA will be negotiated with the respondent. The establishment of a BPA with a respondent in no way obligates the Government to issue any CSAs against the BPA. 38 EIG/PKK does not guarantee any minimum level of work under any resultant BPA. Individual CSAs will not exceed $5.5 million. There will be no limit to the number of CSAs issued under any of the prospective BPAs. The Government may issue orders requiring services at multiple locations. Only 38 EIG/PKK will be able to issue CSAs against the established BPAs. There is no specific commitment by either party, until dates, services, and schedule are mutually negotiated by individual CSAs against resulting BPAs. Offers may be submitted through February 2018. A respondent may at any time submit a proposal electronically via email or by fax requesting establishment of a BPA from the POC's e-mail listed in the announcement. Phone requests will not be accepted. The scope of the work to be acquired for the BPA is set forth in the Statement of Work (SOW). The SOW, Pricing Sheet, and BPA terms and conditions are available for download herein. INSTRUCTIONS TO OFFERORS: Each offeror is required to submit their proposal as specified in RFP Clause 52.212-1, Instructions to Offerors-Commercial Items, along with the following addendum. Failure to provide any required information may result in an offer being determined non-responsive. 52.212-1 Addendum: Submission of Offers. Interested parties capable of providing the specified services must submit a written offer via email as follows: a. Do not send as an executable or.exe file. Email size shall not exceed five megabytes. Documents may be compressed (zipped) using WinZip 8.1 or older version. Any corrupted file or media containing a virus could result in the offer not being considered for award. b. Software Compatibility. Use a word processing and spreadsheet program compatible with Microsoft ® Word 2003 ® and Microsoft ® Excel 2003 ®. PDF is Adobe ® Portable Document Format. c. Technical Proposal. Factor 1- Organizational Representatives. Provide a listing of each state the Offeror can provide services for under this BPA. Provide a listing, in hierarchical succession, of the Offeror's points of contact delegated specifically for this requirement. Listing shall include titles, phone numbers, fax numbers and email addresses for each representative applicable to each state. Listing shall include both contracting and technical representatives. Factor 2 - Interconnection Agreements. Provide evidence of interconnection agreements and/or leasing arrangements relevant to this effort in each state. Also, state whether Offeror is facilities based, non-facilities based, or both. Factor 3 - Evidence of Certification. Certification will be in accordance with Clause 52.212-4 addendum 1 (q) (2). Provide documentation and/or a direct internet link showing the Offeror is a Facilities Based Local Exchange Carrier certificated by the affiliated state's Public Utilities Commission (PUC) to provide the services for this requirement. For each state you are submitting the BPA proposal, the documentation and/or direct internet link must be provided. Factor 4-Local Communications Services. Provide evidence the Offeror has a sound approach for providing local communication services detailed by a diagram and descriptive legend that clearly illustrates the Offeror's ability to understand and meet all the SOW requirements as a facilities based provider. Any pre-priced services shall be proposed in accordance with the terms and conditions of the BPA. Submit via email. Providers are not required to establish pre-priced services when establishing a BPA. When a requirement is defined at an Air Force site, each BPA holder who has been approved for the site(s) state will be solicited. Parts A and B shall be included to establish a BPA and shall be found technically acceptable with satisfactory past performance before a BPA will be awarded. Any pre-priced services must include what states the pricing applies to. d. Past Performance Information. Submit information from contracts performed within the last three years, which are considered relevant in demonstrating ability to perform local exchange services for AF sites. Include the following administrative data for each referenced contract submitted: offeror's company name; contracting agency; contract number; brief description of contract; contract type (i.e., fixed price, time and material, etc); period of performance; identification of any significant achievements or past problems and resolution; and name, address, telephone number, and email address of program manager and Contracting Officer. e. Contracting Information. Provide the offeror's name, address, cage code, data universal numbering system (DUNS) number, and tax identification number as registered in the Central Contracting Registration (CCR). Each BPA can only be authorized to one cage code. Also, include signature of individual authorized to make an offer; print individual's name, title, e-mail address and phone number. If the remittance address is different from the mailing address, include all applicable remittance addresses. f. Pricing Information. For any pre-priced services provide a copy of the completed Schedule B(s) containing the Offeror's proposed amounts. Offeror shall not alter the nomenclature for services. Schedule B unit prices shall be limited to two decimal places. In addition, to identify a CLIN/SLIN (Contract Line Item/Sub Line Item) as Not Separately Priced, enter "NSP" in the unit price and/or to identify a CLIN/SLIN as No Charge, enter "NC" in the unit price. Provide a separate delineation or breakdown of all applicable Taxes, Fees and Surcharges. The Offeror shall charge the Government only those taxes, fees, and surcharges that are lawfully imposed, or permitted, and that the Offeror is allowed to receive recompense from, or by, the Government. If the Offeror is not pre-pricing the services, the Offeror must state which services they want to be considered for. If all the services, then state all. OFFEROR REPRESENTATIONS AND CERTIFICATIONS Offerors are reminded that Representations and Certifications are to be maintained at the following website: http://orca.bpn.gov/publicsearch.aspx. In the event Representations and Certifications are not on file, offerors must include a completed copy of the provisions at FAR 52.212-3 (including completed addendum below), which can be obtained at http://farsite.hill.af.mil, FAR Part 52 or online at http://orca.bpn.gov. 52.212-3, Addendum: Certification to Accept the Government Purchase Card (GPC). If the Government's intent for payment is via the Government Purchase Card IAW clause 52.212-4, Addendum paragraph (i)(7), the Offeror must certify that it: ( )(i) will accept the Government Purchase Card for payments under this contract. ( ) (ii) will not accept the Government Purchase Card for payments under this contract. Proposals will be evaluated in accordance with FAR 52.212-2, Evaluation of Offers-Commercial, and the following addendum. 52.212-2 Addendum: EVALUATION CRITERIA. By submission of an offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. All offerors shall be evaluated for technical acceptability. Failure to meet a requirement may result in an offer being determined technically unacceptable. The evaluation process shall proceed as follows: a. Technical Evaluation. Initially, the Government technical evaluation team will evaluate the technical proposals on a pass/fail basis, assigning ratings of Acceptable, Reasonably Susceptible of Being Made Acceptable, or Unacceptable. A decision on the technical acceptability of each Offeror's technical proposal shall be made. Only those offers determined to be technically acceptable, either initially or as a result of discussions, will be considered for a BPA. The offers shall be evaluated against the following factors: FACTOR 1 - Organizational Representatives. The factor is met when the Offeror provides a listing of each state the Offeror can provide services for under this BPA. In addition, this factor is met when the Offeror provides a listing, in hierarchical succession, of the Offeror's points of contact delegated specifically for this requirement. Listing includes the titles, phone numbers, fax numbers and email addresses for each representative applicable to each state. List shall include both contracting and technical representatives. FACTOR 2 - Interconnection Agreements. This factor is met when the Offer provides documented evidence of CLEC (Competitive Local Exchange Carrier) interconnection agreements and/or leasing arrangements relevant to this effort in each state and the Offeror is a facilities based firm. FACTOR 3 - Evidence of Certification. This factor is met when the Offeror provides documentation IAW Clause 52.212-4, Addendum paragraph (q) (2) in order to provide the services for these types of requirements. For each state the Offeror is submitting the BPA proposal, the documentation and/or direct internet link must be provided. Factor 4-Local Communications Services. The factor is met when the Offeror provides a sound approach for providing local communication services detailed by a diagram and descriptive legend that clearly illustrates the Offeror understands and meets all the SOW requirements as a facilities based provider. b. Past Performance Evaluation. BPA offeror's will be assessed a satisfactory past performance rating in order to obtain a BPA. CSA award decisions for defined requirements will be based on the Performance Price Tradeoff (PPT) technique in which competing Offerors' past and present performance history will be evaluated on a basis approximately equal to price considerations. In determining past performance risk, the evaluators will employ several approaches including: reviewing the present and past performance; seeking present and past performance information through the use of questionnaires; as well as using data independently obtained from other Government and commercial sources. In determining risk, judgment will be used in assessing the probability of success, problems on previous efforts, the impact of failure, and the alternatives available to meet the requirements. The purpose will be to identify and review relevant present and past performance, and then make an overall risk assessment of the BPA holder's ability to perform this specific effort. This risk assessment represents the Source Selection Authority's judgment of the probability of a BPA holder successfully accomplishing the proposed effort based on the BPA holder's demonstrated present and past performance. The PPT process will result in an overall risk rating identified with corresponding definition as follows: Substantial Confidence (Based on the BPA holder's performance record, the Government has a high expectation that the BPA holder will successfully perform the required effort); moderately Satisfactory Confidence (Based on the BPA holder's performance record, the Government has an expectation that the BPA holder will successfully perform the required effort); Limited Confidence (Based on the BPA holder's performance record, the Government has a low expectation that the BPA holder will successfully perform the required effort; No Confidence (Based on the BPA holder's performance record, the Government has no expectation that the BPA holder will be able to successfully perform the required effort.); and Unknown Confidence (No performance record is identifiable or the BPA holder's performance record is so sparse that no confidence assessment rating can be reasonably assigned). The Government reserves the right to issue a CSA to other than the lowest priced BPA holder if the lowest priced BPA holder is judged to have a performance confidence assessment of "Satisfactory Confidence" or lower. An integrated assessment of price and past performance will be performed to determine which BPA holder represents the best value. An award shall be made to this BPA holder, subject to a positive determination of responsibility. c. Price Evaluation. All pre-priced CLINs/SLINs within the Schedule B will be evaluated. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price. The Government reserves the right to compare offered prices with tariff prices of an incumbent local exchange carrier (LEC) or with any other local exchange carrier with a universal service obligation for the services required in this solicitation. When the sites requirements are defined, proposals for price on the schedule B will be evaluated with the PPT process described in this solicitation. POINT OF CONTACT: Barbara Winton, Contracting Officer, 38 EIG/PKK, 4001 Hilltop Rd, Tinker AFB OK 73145-2713, phone (405) 734-9907, Email barbara.winton@tinker.af.mil or 38 EIG.PKK@tinker.af.mil, Debbie Speir, Contracting Officer, 38 EIG/PKK, 4001 Hilltop Rd, Tinker AFB OK 73145-2713, Phone (405) 734-9675, Email debbie.speir@tinker.af.mil, or Todd Barron, Contract Specialist, todd.barron@tinker.af.mil (same address as above)or Maurice Smith, Contract Specialist, Maurice.Smith@tinker.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9fd643d4edf83052c1aa95857593f5d0&tab=core&_cview=1)
 
Document(s)
Questions & Answers
 
File Name: Terms and Conditions (BPA_Terms_and_Conditions_2 Sep_08.doc)
Link: https://www.fbo.gov//utils/view?id=7a49157816c041301cd538b9ab4a97b3
Bytes: 42.48 Kb
 
File Name: SOW (CSA Single SOW (Ver 1.0) 05 Sep 08.doc)
Link: https://www.fbo.gov//utils/view?id=6baf155d9fc6c8686ab690f9c14b312a
Bytes: 56.77 Kb
 
File Name: Price List (CSA Price List (Ver 1 10 - 7 Aug 08).xls)
Link: https://www.fbo.gov//utils/view?id=636e8790d7b1bc7a755c3ae069f0a096
Bytes: 149.00 Kb
 
File Name: Questions and Answers (BPA_Questions__Answers_-_Post_Conference_8 Sep_08.doc)
Link: https://www.fbo.gov//utils/view?id=2b5537292d2fd2c9f349581af38e3547
Bytes: 56.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Throughout the states of Alabama, Alaska, Arizona, Arkansas, California, Colorado, Connecticut, Delaware, Florida, Georgia, Hawaii, Idaho, Illinois, Indiana, Iowa, Kansas, Kentucky, Louisiana, Maine, Maryland, Massachusetts, Michigan, Minnesota, Mississippi, Missouri, Montana, Nebraska, Nevada, New Hampshire, New Jersey, New Mexico, New York, North Carolina, North Dakota, Ohio, Oklahoma, Oregon, Pennsylvania, Rhode Island, South Carolina, South Dakota, Tennessee, Texas, Utah, Vermont, Virginia, Washington, West Virginia, Wisconsin, and Wyoming., United States
 
Record
SN01668633-W 20080914/080912221417-9fd643d4edf83052c1aa95857593f5d0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.