Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
SOLICITATION NOTICE

D -- Local Exchange Services, NGIC, VA

Notice Date
3/3/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
ACC-APG - Fort Huachuca, ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
 
ZIP Code
85613-5000
 
Solicitation Number
W91RUS15T0080
 
Response Due
4/3/2015
 
Archive Date
5/3/2015
 
Point of Contact
Scot Stedman, 520-538-6931
 
E-Mail Address
ACC-APG - Fort Huachuca
(scot.c.stedman.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) The solicitation number is W91RUS-15-T-0080. This solicitation is a Request for Quotation IAW FAR Part 12 and Part 13.5. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-79. (iv) This is an unrestricted acquisition. The applicable NAICS code is 517110 and small business size standard is less than 1500 employees. (v) The contract line item numbers and items, quantities and unit of issue are identified on the attached Pricing Schedule. The contract scope and requirements are described in the attached Statement of Work (SOW). The Statement of Work is available under the quote mark Additional Information quote mark link below. (vi) This Request for Quotation is for back office local exchange services at National Ground Intelligence Center Rivanna Station (NGIC), Charlottesville, VA to include a variety of local circuits, including Primary Rate Interfaces (PRI), FX PRIs, Commercial Subscriber Lines (CSL), data point-to-point circuits, direct-inward-dialing (DID) numbers and local analog trunks. The specific services required are listed in Appendix 10 of the Statement of Work. (vii) Performance Periods: Installation/Cut-Over (CLIN 0001) - NTE 180 days. Base Year (CLIN 0002) Option Year 1 (CLIN 1002) Option Year 2 (CLIN 2002) Option Year 3 (CLIN 3002) Option Year 4 (CLIN 4002) (viii) Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition including the following addendum: 52.212-1 Addendum (b) Submission of Offers. Quotations must be submitted to the Contracting Officer via e-mail to scot.c.stedman.civ@mail.mil not later than 3 PM, Mountain Standard Time (MST), 03 April 2015. Quotes must contain the name, address, telephone number, CAGE code of the Offeror. The Offeror shall submit a completed Price Schedule for each item in the Appendix 10, including a total price for the base year and all option years to include all applicable taxes, fees and surcharges. The cutover of these services shall be completed no later than 90 calendar days after award. As stated in 52.217-8, pricing for any extensions exercised under the clause shall be at the last option year pricing and will be considered in the overall pricing evaluation. End of 52.212-1 Addendum (ix) The provision at FAR 52.212-2, Evaluation of Offers-Commercial, applies to this solicitation along with the following addenda to the provision: 52.212-2 Addendum The Government intends to award a firm-fixed price contract to the lowest priced quotation. The award shall be made on an--all or none-basis. End of 52.212-2 Addendum (x) Offerors are encouraged to complete all Representations and Certifications electronically at the System for Award Management website located at URL https://sam.gov/. If not completed on-line, Offerors must include a completed copy of the provisions at FAR 52.212-3, which can be obtained at http://farsite.hill.af.mil, FAR Part 52 or online at https://sam.gov/. In addition, Offerors complete the following addenda to FAR 52.212-3: Additional provisions which may not be online at SAM: 52.209-7 Information Regarding Responsibility Matters (Jul 2013). For purposes of this provision, complete the following fill-in: (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked quote mark has quote mark in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall enter the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration at https://sam.gov/ (see FAR Clause 52.212-4(t)). (End of Provision) 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations (DEVIATION 2014-O0009) (Feb 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Pub. L. 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of Provision) (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition to include the following addenda: 52.212-4 Addendum (v) Tariff Information. (1) The Contractor shall provide the Contracting Officer- (i) Upon request, a copy of the Contractor's current existing tariffs (including changes); (ii) Before filing any application to a Federal, State, or any other regulatory agency for new or changes to applicable rates, charges, services, or regulations relating to any contract or any of the facilities or services to be furnished solely or primarily to the Government; and (iii) Upon request, a copy of all information, material, and data developed or prepared in support of or in connection with an application under paragraph ii above. (2) The Contractor shall notify the Contracting Officer of any application that anyone other than the Contractor files with a governmental regulatory body, which affects or will affect the rate or conditions of services under this contract. These requirements also apply to applications pending on the effective date of this contract. (3) Public Utilities Commission (PUC) Authorization. All Offerors shall be local exchange carriers certificated (Service Provider Certificate of Operating Authority (SPCOA), or Certificate of Operating Authority (COA)) with the state PUC where services are being provided. This contract shall at all times be subject to such changes by the PUC of the state having jurisdiction over the particular site as said Commission may, from time to time, direct in the exercise of its jurisdiction. (4) Rates, Charges, and Services. (i) The Contractor shall furnish the services and facilities under this contract in accordance with- (A) All applicable tariffs, rules, regulations, or requirements; (1) Lawfully established by a governmental regulatory body; and (2) Applicable to service and facilities furnished or offered by the Contractor to the general public or the Contractor's subscribers; (B) A firm-fixed-price contract provides for a price that is not subject to any adjustment on the basis of the contractor's cost experience including tariff changes with the exception of TFS. If the prices differ from established tariff prices, it is the responsibility of the contractor to either file a special tariff for the contract with the relevant Governmental authorities or make other arrangements to comply with the governmental requirements. The Air Force will not be liable for price increases for failure to follow these requirements. If, during the term of the contract, the TFS change, the contractor must submit supporting state statutes, local ordinances, regulations, Federal Communications Commission (FCC) ruling and rates, etc, for Government verification. A modification will then be issued based upon the newly documented annual TFS. (ii) The Government shall not prepay for services. (iii) Recurring charges for services and facilities shall, in each case, start with the satisfactory beginning of service or provision of facilities or equipment and are payable monthly in arrears. (iv) Subject to the Cancellation or Termination of Orders clause 252.239-7007, of this contract, the Government may stop the use of any service or facilities furnished under this contract at any time. The Government shall pay the contractor all charges for services and facilities adjusted to the effective date of discontinuance. (v) Expediting charges are costs necessary to get services earlier than normal. Examples are overtime pay or special shipment. When authorized, expediting charges shall be the additional costs incurred by the Contractor and the subcontractor. The Government shall pay expediting charges only when- (A) They are provided for in the tariff established by a governmental regulatory body; or (B) They are authorized in a communication service authorization or other contractual document. (vi) When services normally provided are technically unacceptable and the development, fabrication, or manufacture of special equipment is required, the Government may- (A) Provide the equipment; or (B) Direct the Contractor to acquire the equipment or facilities. If the Contractor acquires the equipment or facilities, the acquisition shall be competitive, if practicable. (vii) If at any time the Government defers or changes its orders for any of the services but does not cancel or terminate them, the amount paid or payable to the Contractor for the services deferred or modified shall be equitably adjusted at the time of deferral or change. The Government and the Contractor shall equitably adjust the rates by mutual agreement. Failure to agree on any adjustment shall be a dispute to be resolved IAW FAR 52.233-1, Disputes Clause, which is incorporated by reference in 52.212-4(d). (w) Continuity of Services and Option to Extend Telecommunication Services. (1) For all services required on this contract, the contractor shall continue to provide services until a release date is established by the Government as a result of competition (cutover complete) or termination (including termination for cause or government convenience). (2) The Government may require continued performance of any services within the limits and at the rates specified in the contract until cutover is complete. These rates will remain firm fixed price during this process. This provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise this provision by unilateral modification to the contract before 10 days of expiration. (3) The Contractor recognizes that the services under this contract are vital to the Government and must be continued without interruption and that, before contract expiration, a successor, either the Government or another Contractor, may continue them. The Contractor agrees to - (i) Provide transitioning of services during cutover period without termination liability charges; (ii) Exercise its best efforts and cooperation to effect an orderly and efficient transition. The Contractor shall (i) Provide transitioning of services during cutover period without termination liability charges; (ii) Exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor; and (iii) Notify the Government of any services not cutover after contract expiration. End of 52.212-4 Addendum (xii) Clause 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. In addition, the following FAR/DFARS/AFFARS clauses/provisions, either by reference or full text, apply (clauses may be obtained via the internet at http://farsite.hill.af.mil): The following FAR provisions and clauses apply to this acquisition: 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred Suspended or Proposed for Debarment 52.212-1 Instructions to Offerors-Commercial Items. 52.212-2 Evaluations 52.212-4 Contract Terms and Conditions-Commercial Items; 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.219-1 Small Business Program Representations, Alt I 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Reps and Certs 52.229-3 Federal, Local and State Taxes 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-3 Continuity of Services 52.252-2 Clauses Incorporated by Reference 252.201-7000 Contracting Officers Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System for Award Management 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.239-7002 Access 252.239-7004 Orders for Facilities and Services 252.239-7007 Cancellation or Termination of Orders 252.239-7008 Reuse Arrangements
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7eca13daae9a9af7c5fcd0308a781755)
 
Place of Performance
Address: NGIC Building B4031 Charlottesville VA
Zip Code: 22901
 
Record
SN03657509-W 20150305/150303235202-7eca13daae9a9af7c5fcd0308a781755 (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.