Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
MODIFICATION

58 -- WiFi Installation, Internet Service

Notice Date
3/6/2012
 
Notice Type
Modification/Amendment
 
NAICS
517210 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd, Suite 2780, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3262052A001
 
Archive Date
4/23/2012
 
Point of Contact
David T. Day, Phone: 2406125682
 
E-Mail Address
david.day@afncr.af.mil
(david.day@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Project: WiFi Access Point Installation and Wireless Internet Service Solicitation #: F1D3262052A001 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the 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. Solicitation number F1D3262052A001 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. All responsible sources may submit an offer to be considered by the agency. 2. This is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 517210 ("Wireless Internet service providers, except satellite"), and the business size standard is 1500 employees. 3. The Government will award a firm fixed price contract for WiFi access point installation and wireless internet service for the dormitories at Joint Base Andrews. The following services are being procured: CLIN Description Quantity Unit Price 0001 Install equipment and cabling needed to provide wireless internet capability (WIFI) to the first floor dayrooms in dormitories: 1600, 1624, 1631, 1657, 1690, 1692 and the second floor dayroom of dormitory 1691. See attached Statement of Work. - 1 Lump Sum 0002 Provide a minimum 22Mbps download and 5Mbps upload speed or better wireless internet service to 7 dormitories. See attached Statement of Work. - 12 Mos The Contractor MUST provide both installation and wireless internet service. 4. Delivery Information FOB: Destination Delivery date: 30 days after date of contract. Delivery address: 11th CES/CEF 1287 S Dakota Avenue Joint Base Andrews, MD 20762 Contractor must provide an affirmative statement of their ability to meet the delivery requirement of 30 days after date of contract 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.211-6 - Brand Name or Equal (Aug 1999) 52.212-1 - Instructions to Offerors - Commercial; Multiple offers and awards are hereby deleted from this solicitation. All quotes must be for all items, as stated. Partial quotes will not be considered. Award will be made to a single vendor. 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of lowest price. Quotes will be evaluated on price related factors only. 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from http://orca.bpn.gov if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.212-4 - Contract Terms and Conditions - Commercial Items (June 2010); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) (DEVIATION); 52.214-31 - Facsimile Bids (Dec 1989); 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); 52.222-22 - Previous Contracts and Compliance Reports (Feb 1999); 52.222-25 - Affirmative Action Compliance (Apr 1984); 52.222-26 - Equal Opportunity (Mar 2007); 52.222-36 - Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-41 - Service Contract Act of 1965 (Nov 2007); 52.222-42 - Equivalent Rates for Federal Hires (May 1989); 52.222-50 - Combating Trafficking in Persons (Feb 2009); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.223-5 - Pollution Prevenetion and Right-to-Know Information (May 2011); 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.247-34 - F.O.B. Destination (Nov 1991); 52.252-2 - Clauses Incorporated by Reference (Feb 1998); 52.252-6 - Authorized Deviations in Clauses (Feb 1998); 252.204-7004 - Alternate A, Central Contractor Registration (Sep 2007); 252.212-7000 - Offeror Representations and Certifications--Commercial Items (Jun 2007); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Jan 2009); 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.232-7010 - Levies on Contract Payments (Dec 2006); 252.247-7023 - Transportation of Supplies by Sea (May 2002); 5352.223-9000 - Elimination of Use of Class I Ozone Depleting Substances (ODS) (Apr 2003); 5352.242-9000 - Contractor Access to Air Force Installations (Aug 2007). The following local clauses apply to this acquisition: 11CONS-004 - Environmental Compliance; 11CONS-007 - Personnel Security Requirements; 11CONS-010 - WAWF Instructions; 11CONS-011 - OMBUDSMAN (Aug 2005). 6. The contracting office address is as follows: 11th Contracting Squadron 1500 West Perimeter Road, Suite 2780 Joint Base Andrews, MD 20762 7. All quotes must be sent via e-mail to 1st Lt David Day at David.Day@afncr.af.mil. Questions shall be submitted no later than 4:00 PM EST, 21 March 2012. Quotes shall be submitted no later than 4:00 PM EST, 8 April 2012. All quotes must reference solicitation number F1D3262052A001.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3262052A001/listing.html)
 
Place of Performance
Address: Joint Base Andrews, Joint Base Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02689797-W 20120308/120307120035-68d4e920abcab4109b8c700b7eab1aed (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.