Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
SOLICITATION NOTICE

58 -- Commercial Worldwide Web Internet Services - Pricing Chart

Notice Date
6/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VTJ61145AC01
 
Archive Date
7/1/2011
 
Point of Contact
Kim Swarts, Phone: 8138284724, Barbra Squitieri, Phone: 813-828-1737
 
E-Mail Address
kim.swarts@macdill.af.mil, barbra.squitieri@macdill.af.mil
(kim.swarts@macdill.af.mil, barbra.squitieri@macdill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Pricing Chart. Please use this format for submitting proposals. This is a combined synopsis/solicitation for a commercial supply and/or service 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. This is a Request For Quote (RFQ) and the solicitation number is F2VTJ61145AC01. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Commercial Worldwide Web Internet Services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52 effective 31 May 2011, DFARS DPN 20110518, and AFFARS AFAC 2011-0421. The North American Industry Classification System code (NAICS) is 517919, All Other Telecommunications. The Standard Industrial Classification (SIC) is 5113, Telephone and/or Communications Service. This requirement is UNRESTRICTED. A firm fixed price contract will be awarded. All interested parties must bid on all items. The contractor shall provide all personnel, equipment, tools, materials, supervision, transportation, lodging, and other items and services necessary to perform installation and configuration of the following: 1. Cable and Server Room Internet to 8532 Marina Bay Dr, Bldg 913, MacDill AFB, FL 33621. 2. 13 Static IP Address, Internet, and 50/5 speed (JNOC) to 8532 Marina Bay Dr, Bldg 861, MacDill AFB, FL 33621. 3. 5 Static IP's, Internet, and 50/5 speed (LAN Shop) to 8532 Marina Bay Dr, Bldg 861, MacDill AFB, FL 33621. 4. 13 Static Ips, Internet, and 50/5 speed (J3T) (Trng) to 8532 Marina Bay Dr, Bldg 79, MacDill AFB, FL 33621. 5. JCSE Cable to multiple locations 6. Billed/Paid on monthly basis with WAWF Period of Performance will be 12 months (base year) and four (4) one (1) year option periods. Period of Performance: Base Year: 20 June 11 - 19 June 12 Option Year 1: 20 June 12 - 19 June 13 Option Year 2: 20 June 13 - 19 June 14 Option Year 3: 20 June 14 - 19 June 15 Option Year 4: 20 June 15 - 19 June 16 Please label each year individually with costs and total for each year. In addition, include all costs associated with startup. See attached "Pricing Chart" and use format for submitting proposals. BASIS FOR AWARD: Award will be made to the quotation which offers the best value to the government. Government also reserves the right to make no award at all. DELIVERY ADDRESS: Equipment is procured on behalf of Joint Communications Support Element (JCSE), 8532 Marina Bay Dr, MacDill AFB, FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend Term of the Contract; Contract Terms and Conditions; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.219-28, Post-Award Small Business Program Representative; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A, DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of contract modifications. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Alt III, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Thursday, 16 June 2011, by 9:00 am, EST. Submit offers or any questions to the attention of Kim Swarts, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to kim.swarts.1@us.af.mil. No phone calls regarding this requirement will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VTJ61145AC01/listing.html)
 
Place of Performance
Address: MacDill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02463030-W 20110604/110602235244-52f500877164d4f2ff9cec6ee5da9653 (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  © 1994-2020, Loren Data Corp.