Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2014 FBO #4625
SOLICITATION NOTICE

D -- Cable and Internet Services Blanket Purchase Agreement - Package #1 - Package #2 - Package #3

Notice Date
7/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
 
ZIP Code
20762
 
Solicitation Number
FA7014-14-T-3012
 
Archive Date
9/5/2014
 
Point of Contact
Andrew Sawyer, Phone: 2406126163, Acacia.Harris, Phone: 2406126130
 
E-Mail Address
andrew.sawyer@afncr.af.mil, acacia.harris@afncr.af.mil
(andrew.sawyer@afncr.af.mil, acacia.harris@afncr.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Pricing List Draft Franchise Agreement Statment of Work 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; Prices are being requested and a written solicitation will not be issued. This solicitation is issued as a request for pricing. The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2005-72. The North American Industry Classification System (NAICS) code is 517110 with a business size standard of 1500 employees. INSPECTION AND ACCEPTANCE TERMS: Items shall be priced FOB destination. Services shall be accepted at 744th Comm. Sq. Plans and Programs, Joint Base Andrews, MD 20762. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial items applies to this acquisition and the applicable Addendum to FAR Clause 52.212-1 is as follow: 52.214-31(f), (1) Fax Number (240)612-2177 (2) Sharp FO-DC600, 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), 52.222-22, 52.222-25, and 252.225-7000. INSTRUCTION TO OFFERORS: Only those offerors determined to be in compliance with the technical requirements as stated in this Statement of Work (SOW) (Attachment 1) will be considered for issuance of this Blanket Purchase Agreement (BPA). A Franchise agreement will be required in accordance with AFI 64-101 in order to be considered technically acceptable. The Government will evaluate quotes for award purposes by evaluation of total price for the all CLINS. The Contractor must be willing to complete the attached DRAFT Franchise agreement (attachment 2) in order to do business on Joint Base Andrews. Currently the cable infrastructure is owned by COMCAST OF MARYLAND LLC. In order to compete on this requirement, new infrastructure must be put in place, the old infrastructure must be purchased from Comcast IAW the franchise agreement or an innovative way to deliver the high-speed internet and television services must be submitted in the proposal. Provide a ten page maximum capability statement explaining the approach to satisfy the minimum specifications. All priced items will be identified in the attached pricing document (Attachment 3). FAR PROVISION: 52.212-2 EVALUATION FACTORS: The BPA will be awarded to the lowest price technically acceptable Offeror as determined by the Government. The contractors approach and all priced items must meet minimum specifications as detailed in the SOW (attachment 1). FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial items applies to this acquisition and applicable Addendum to Far Clause 52.212-4 are as follows: 52.252-2, http://farsite.hill.af.mil, 5352.201-9101 OMBUDSMAN(AUG 2010) Associates Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703)588-1067. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) database, www.sam.gov. NO EXCEPTIONS. A DUNS (DUNS and Bradstreet) number is required in order to register. The FAR clause website is http://farsite.hill.af.mil. All Invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All proposals must be received by 4:00 P.M. Eastern standard time (EST) on 21 August 2014 to Attn: SSgt Andrew J. Sawyer, FA7014, Air Force District of Washington, 1500 Perimeter Road, Suite 2750, Joint Base Andrews, MD 20762-7002 or email to andrew.j.sawyer14.mil@mail.mil. Questions concerning this solicitation should be addressed, in writing no later than 5 August 2014, to primary point of contact SSgt Andrew J. Sawyer; Secondary point of contact, Major Sean M. Krisko: sean.m.krisko.mil@mail.mil SEAN M. KRISKO, Maj, USAF Contracting Officer ATTACHMENTS 1. STATEMENT OF WORK 2. FRANCHISE AGREEMENT 3. PRICING LIST
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-14-T-3012/listing.html)
 
Place of Performance
Address: Joint Base Andrews, Joint Base Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN03433423-W 20140724/140722235215-082a5a198900ba95556990e4677ba90a (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.