Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
SOLICITATION NOTICE

D -- Landline Services - Package #1

Notice Date
11/7/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517311 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N6339419T0145
 
Archive Date
11/29/2019
 
Point of Contact
Estefania A Cordova Ruiz, Phone: 8052286532, Keith A. Shaner, Phone: 8052280731
 
E-Mail Address
estefania.cordova-ru@navy.mil, keith.a.shaner3@navy.mil
(estefania.cordova-ru@navy.mil, keith.a.shaner3@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Wage Determination - Telecommunications Mechanic II 23932 SOW Section 6. Enclosure 3 SOW Section 5. Enclosure 2 Statement of Work (SOW) Contracting Office Address: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION 4363 MISSILE WAY PORT HUENEME, CA. 93043-4307 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 517311, with a Small Business Size Standard of 1,500 employees. This combined synopsis/solicitation is unrestricted 100% full and open competition. The government anticipates award of one (1) Firm Fixed Price (FFP) contract to a responsible source. The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) is seeking the following: Landline Services The existing NSWC PHD landline service currently supports 3,709 phone lines, of which 229 are being used for lobby phones, security system phones, elevator phones, faxes and analog lines. Up to 200 Integrated Services Digital Network (ISDN) lines support the multi-line capable units, the Defense Information Systems network (DISN) support for the four ISDN/Prime Rate Interface/Basic Rate Interface (PRI/BRI) lines supporting the Command Video Teleconference Center (VTC), and basic connectivity oversight support (COS) of all fault isolation for phone circuits. NSWC PHD has approximately 3,276 individual users with handsets, which are owned by the government. Existing telephone numbers should remain the same for all individual users, lobby phones, security system phones, elevator phones, faxes and analog lines. Public Utilities Commission (PUC) tariff rates and Federal Communication Commission (FCC) regulations governing the move of existing telephone numbers from an existing service provider to a new service provider shall apply. The telecommunications requirements and services shall be provided in accordance with the Statement Of Work (SOW) attached to this solicitation. Period of Performance: 12 consecutive months after date of award (Base Year) plus four Option Years. Item Number: 0001 Description: Landline Services. Provide Landline Services in accordance with SOW section 2.1. Quantity/Unit: 12 Months Base Year. Item Number: 0002 Description: Maintenance & Connectivity Oversight Support (M&COS). Provide M&COS in accordance with SOW section 2.2. Quantity/Unit: 12 Months Base Year. Item Number: 0003 Description: Landline Services. Provide Landline Services in accordance with SOW section 2.1. Quantity/Unit: 12 Months Option Year 1. Item Number: 0004 Description: Maintenance & Connectivity Oversight Support (M&COS). Provide M&COS in accordance with SOW section 2.2. Quantity/Unit: 12 Months Option Year 1. Item Number: 0005 Description: Landline Services. Provide Landline Services in accordance with SOW section 2.1. Quantity/Unit: 12 Months Option Year 2. Item Number: 0006 Description: Maintenance & Connectivity Oversight Support (M&COS). Provide M&COS in accordance with SOW section 2.2. Quantity/Unit: 12 Months Option Year 2. Item Number: 0007 Description: Landline Services. Provide Landline Services in accordance with SOW section 2.1. Quantity/Unit: 12 Months Option Year 3. Item Number: 0008 Description: Maintenance & Connectivity Oversight Support (M&COS). Provide M&COS in accordance with SOW section 2.2. Quantity/Unit: 12 Months Option Year 3. Item Number: 0009 Description: Landline Services. Provide Landline Services in accordance with SOW section 2.1. Quantity/Unit: 12 Months Option Year 4. Item Number: 0010 Description: Maintenance & Connectivity Oversight Support (M&COS). Provide M&COS in accordance with SOW section 2.2. Quantity/Unit: 12 Months Option Year 4. DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM This is not a rated order under the Defense Priorities and Allocations System INSTRUCTIONS TO INDUSTRY: Submission of quotes shall be received not later than 11/14/2019. No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) Estefania Cordova Ruiz at estefania.cordova-ru@navy.mil. It is the responsibility of the vendor to submit quotes to the POC at NSWC PHD by the closing date of 11/14/2019 09:00 A.M. PACIFIC STANDARD TIME. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those vendors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award. Additionally, please provide the following information: CAGE Code? Tax ID# (if applicable)? GSA Contract Number (if applicable)? Country where items are Manufactured (if applicable)? Lead Time or Period of Performance? Shipping Charges (if applicable)? Is your company the OEM or proprietary for these products? Company Size (large or small)? Do you have distributors (if applicable)? Are the items quoted available on a commercial, published, or on-line price listing? Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? (http://wawf.eb.mil)? Subcontracting Plan. The following factors will be used to evaluate quotes: Evaluation of quotes will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability factors for non-cost factors (aka, Lowest Priced, Technically Acceptable (LPTA)). The government will evaluate information based on the following evaluation criteria: 1.Price (Lowest Price Technically Acceptable). 2.Technical Capability. The Vendor's technical capability will be assessed based upon the vendor providing a quotation based on the part numbers provided in this solicitation. Technical capability will receive an "acceptable" or "not acceptable" rating. 3.Past performance will be considered on a pass/fail basis. Offerors need not submit past performance information. The government will consider past performance information from web based sources in accordance with DFARS 213.106-2 and 252.213-7000. Adjectival Rating Description Acceptable: Based on the Offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Unacceptable: Based on the Offeror's performance record, the Government does not have a reasonable expectation that the Offeror will be able to successfully perform the required effort. The full text of FAR provisions or clauses may be accessed electronically at: https://www.acquisition.gov/browse/index/far http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html APPLICABLE CLAUSES FAR 52.202-1 Definitions. FAR 52.203-3 Gratuities FAR 52.203-12 Limitation On Payments To Influence Certain Federal Transactions FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7 System for Award Management. FAR 52.204-13 System for Award Management Maintenance. FAR 52.204-16 Commercial and Government Entity Code Reporting. FAR 52.204-17 Ownership or Control of Offeror. FAR 52.204-18 Commercial and Government Entity Code Maintenance. FAR 52.204-19 Incorporation by Reference of Representations and Certification. FAR 52.204-20 Predecessor of Offeror. FAR 52.204-21 Basic Safeguarding of covered contractor information systems. FAR 52.204-22 Alternative Line Item Proposal. FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and services developed or provided by Kaspersky lab and other covered entities. FAR 52.204-24 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation. FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.211-15 Defense Priority and Allocation Requirements. FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212-2 Evaluation-Commercial Items. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.219-1 Small Business Program Representations. FAR 52.219-9 Alt III (Dev) Small Business Subcontracting Plan (Deviation 2016-O0009) - Alternate III. FAR 52.222-22 Previous Contracts and Compliance Reports. FAR 52.222-41 Service Contract Labor Standards FAR 52.222-46 Evaluation of Compensation for Professional Employees (Not for use in NAVSEA). FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification. FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification. FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals- Representation. FAR 52.225-18 Place of Manufacture. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. FAR 52.232-39 Unenforceability of Unauthorized Obligations. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-1 Disputes. FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act. FAR 52.243-1 Changes-Fixed Price. FAR 52.244-6 Subcontracts for Commercial Items. FAR 52.246-1 Contractor Inspection Requirements. FAR 52.246-2 Inspection of Supplies-Fixed-Price. FAR 52.246-16 Responsibility for Supplies. FAR 52.247-34 F.o.b. Destination. FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights. DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7004 Alternate A, System for Award Management. DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.211-7008 Use of Government-Assigned Serial Numbers DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. DFARS 252.223-7008 Prohibition of Hexavalent Chromium. DFARS 252.225-7001 Buy American and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.225-7048 Export-Controlled Items. DFARS 252.231-7000 Supplemental Cost Principles. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 Wide Area Workflow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.244-7000 Subcontracts for Commercial Items. DFARS 252.247-7023 Transportation of Supplies by Sea. G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. Offerors shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.204-24 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.219-28 Post Award Small Business Program Representation. FAR 52.219-9 Alt III (Dev) Small Business Subcontracting Plan (Deviation 2016-O0009) - Alternate III. 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 Equal Opportunity for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N6339419T0145/listing.html)
 
Place of Performance
Address: NAVAL SURFACE WARFARE CENTER, PORT HUENEME DIVISION, 4363 MISSILE WAY, Port Hueneme, California, 93043, United States
Zip Code: 93043
 
Record
SN05492384-W 20191109/191107230958-2faae189ab4812d0289a3250b6b6e556 (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.