Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
MODIFICATION

D -- Local Exchange Services for the MEPS location in Tampa, FL

Notice Date
3/7/2018
 
Notice Type
Modification/Amendment
 
NAICS
517311 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W9124A) Fort Huachuca, 2133 Cushing Street, Building 61801, Fort Huachuca, Arizona, 85613-1190, United States
 
ZIP Code
85613-1190
 
Solicitation Number
W91RUS-18-T-0029
 
Archive Date
3/31/2018
 
Point of Contact
Scot Stedman,
 
E-Mail Address
scot.c.stedman.civ@mail.mil
(scot.c.stedman.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
(ii) The solicitation number is W91RUS18T0029. This solicitation is a Request for Quote (RFQ) IAW FAR Parts 12 and 13. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. (iv) This is an unrestricted acquisition. The applicable NAICS code is 517311 and the 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 "Additional Information" link below. (vi) This Request for Quote is for the local exchange services listed in the Statement of Work for the Military Entrance Processing Station (MEPS) location in Tampa, FL. Quotations for VOIP services will not be accepted for this requirement. (vii) Performance Periods: Installation/Cut-Over (CLIN 0001) - NTE 60 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. (12) The Government intends to award without further communicating with Offerors. Offerors are highly encouraged to quote their best technical and pricing quotes in their initial submissions. However, the Government reserves the right to communicate with any or all Offerors submitting a technical and price quote if it is determined advantageous to the Government to do so. This statement is not to be construed to mean that the Government is obligated to communicate with every Offeror submitting a quotation. FAR Part 15 does not apply to this solicitation. An Offeror may be eliminated from consideration without further communication if its technical and/or pricing quotes are not among those considered most advantageous to the Government based on a best value determination. (13) Quotations will only be accepted from telecommunications carriers certified by the State of Florida public utilities commission to provide local exchange services. Quotations for VOIP services will not be accepted for this requirement. (14) Submit quotations via upload to FBO.GOV not later than the response date and time specified in the announcement (15) Submit the following with each quotation: (i) Contracting Information (A) The CAGE code and data universal numbering system (DUNS) number of the Offeror registered in the System for Award Management (SAM). (B) Proof the Offeror is certified by the applicable State Public Utilities Commission (PUC) to provide local exchange services in the State of Florida. Quotations will only be accepted from certified local exchange carriers. Quotations for VOIP services will not be accepted for this requirement. (ii) Pricing. A completed copy of the Government-provided Pricing Schedule including the Offeror's prices. Limit Pricing Schedule unit prices to two decimal places. Identify non-priced SLINs by entering NSP or NC in the unit price. All applicable pricing, taxes, fees and surcharges must be identified on the Pricing Schedule. The Pricing Schedule is available under the "Additional Information" link below. The US Army is a Federal Government entity, and as such, is exempt from certain taxes. Quotations should not include any taxes from which the Federal Government is exempt. (c) Period of Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 90 days from the date specified for receipt of quotations. (e) Multiple awards. This award shall be made on an all or none basis. End of 52.212-1 Addendum (viiii) Provision 52.212-2, Evaluations, applies to this acquisition including the following addendum: Addendum to FAR 52.212-2 (a) The Government will award a firm-fixed price contract to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price - The total amount for the base year and all option years will be evaluated from the Pricing Schedule. (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/. (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 (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 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): 52.203-3 Gratuities Apr 1984 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights Apr 2014 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters Jul 2013 52.222-3 Convict Labor Jun 2003 52.222-21 Prohibition of Segregated Facilities Feb 1999 52.222-26 Equal Opportunity Mar 2007 52.222-35 Equal Opportunity for Veterans Jul 2014 52.222-36 Affirmative Action for Workers with Disabilities Jul 2014 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Jul 2014 52.222-40 Notification of Employee Rights Under the National Labor Relations Act Dec 2010 52.222-50 Combating Trafficking in Persons Feb 2009 52.222-54 Employment Eligibility Verification Aug 2013 52.223-18 Contractor Policy to Ban Text Messaging While Driving Aug 2011 52.232-18 Availability of Funds Apr 1984 52.232-36 Payment by Third Party May 2014 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.233-3 Protest After Award Aug 1996 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2014 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Nov 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. JUN 2012 252.239-7002 Access Dec 1991 252.239-7005 Rates, Charges, and Services Nov 2005 252.239-7006 Tariff Information Jul 1997 252.239-7007 Cancellation or Termination of Orders Nov 2005 252.239-7008 Reuse Arrangements Dec 1991 252.239-7017 Notice of Supply Chain Risk Nov 2013 252.239-7018 Supply Chain Risk Nov 2013 252.243-7002 Requests for Equitable Adjustment Dec 2014 52.252-1, Solicitation Provisions Incorporated by Reference, Feb 1998. For purposes of this provision, the fill-in is completed as follows: http://farsite.hill.af.mil 52.252-2, Clauses Incorporated by Reference, Feb 1998. For purposes of this clause, the fill-in is completed as follows: http://farsite.hill.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9d5ac7f4cf2260e84b94d5a81bd7b4ee)
 
Place of Performance
Address: MEPS Tampa, 3520 W Waters Ave, Tampa, Florida, 33614, United States
Zip Code: 33614
 
Record
SN04846172-W 20180309/180307231641-9d5ac7f4cf2260e84b94d5a81bd7b4ee (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.