MODIFICATION
70 -- TV Subscription at Brooks Army Medical Center and Outlying Clinics - Joint Base San Antonio
- Notice Date
- 2/12/2025 6:09:28 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517111
—
- Contracting Office
- FA3016 502 CONS CL JBSA LACKLAND TX 78236-5286 USA
- ZIP Code
- 78236-5286
- Solicitation Number
- FA301625Q6030
- Response Due
- 2/26/2025 12:00:00 PM
- Archive Date
- 03/13/2025
- Point of Contact
- Benjamin Windham, Phone: 478-394-3235, Brian Cooper, Phone: 210-652-5460
- E-Mail Address
-
benjamin.windham.1@us.af.mil, brian.cooper.18@us.af.mil
(benjamin.windham.1@us.af.mil, brian.cooper.18@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- *This RFQ is also attached as a Word Document REQUEST FOR QUOTATION (RFQ) INTERNET PROTOCOL TELEVISION (IPTV) VIDEO STREAMING PLATFORM for BROOKS ARMY MEDICAL CENTER (BAMC) & OUTLYING CLINICS 1. This is a combined synopsis/solicitation for commercial products or commercial services 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; proposals are being requested and a written solicitation will not be issued. 2. This solicitation is being issued as a Request for Quote (RFQ) FA301625Q6030. 3. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 effective 17 January 2025 and DFARS Change Number DFARS Change 01/17/2025 effective 17 January 2025. 4. This acquisition is a 100% Small Business set-aside in accordance with FAR 19.501. Eligibility questions to their respective Business Development Specialist at their respective servicing SBA District Office. The associated NAICS is 517111; the size standard is 1,500 Employees. 5. See the attached Schedule of Supplies (Attachment #2) for applicable contract line items (CLINs), quantities and units of measures. 6. See the attached Statement of Work (SOW) (Attachment #1) for the description of requirements. 7. Period Of Performance: Base Year: 05 APR 2025 - 04 APR 2026 Option Year 1: 05 APR 2026 - 04 APR 2027 Option Year 2: 05 APR 2027 - 04 APR 2028 Option Year 3: 05 APR 2028 - 04 APR 2029 Option Year 4: 05 APR 2029 - 04 APR 2030 Delivery: FOB Destination delivery is required. Brooke Army Medical Center 3551 Roger Brooke Drive Building 3600 Fort Sam Houston, TX 78234 Camp Bullis Taylor Burke Clinic RR2 Building 5026 Camp Bullis Training Site San Antonio, TX 78257 Logistics Building 4194 2220 13th Street Fort Sam Houston, TX 78234 Optical Fab Lab Building 4196 2250 Engineer Street Fort Sam Houston, TX 78234 Schertz Clinic 17115 Interstate 35 North Schertz, TX 78154 Westover Hills Clinic 10010 Rogers crossing San Antonio, TX 78251 8. The FAR provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to 52.212-1 is as follows: To assure timely and equitable evaluation of quotations, quoters must follow the instructions contained herein. Quoters are required to meet all solicitation requirements, including all terms and conditions of the RFQ, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in a quotation being ineligible for award. Quoters must clearly identify any exceptions to the solicitation terms and conditions and provide complete accompanying rationale. The Government intends to make award based on the initial quote submissions without conducting discussions. Therefore, each quote should contain the quoter�s best terms from a price and technical standpoint. However, the Government reserves the right to hold discussions, if, determined by the Contracting Officer to be necessary IAW FAR 52.212- 1(g). Discussions are fluid interaction(s) between the Contracting Officer (CO) and the quoters that may address any aspect of the quote and may or may not be documented in real time. Quoter responses to the discussions will be considered in making the award selection decision. Discussions may be conducted with one, some, or all quoters as the Government is not required to conduct interchanges with any and/or all quoters responding to this solicitation. Quoters shall submit the following items: Price: Quoters are required to complete and return the attached Schedule of Supplies (Atch 2) or to provide a quote on company letterhead which must provide the following information as listed in the Schedule of Supplies (Atch 2) and IAW the SOW (Atch 1). The Government intends to award based on initial responses, therefore, you are encouraged to offer your most advantageous pricing to include discounts, in the initial response. Technical Specifications � Quotations must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The quotation shall demonstrate the contractor�s ability to provide TV programming in accordance with the SOW (Atch 1) and Schedule of Supplies (Atch 2). The quotation submittal shall be clear, concise and include sufficient detail for effective evaluation and for substantiation of the validity of stated claims. Amendments (if applicable) � offerors shall acknowledge all amendments in writing with the quotation submittal. Completed Representation and Certifications (e.g. 52.212-3/52.204-24) Addendum to 52.212-1(d), Product Samples, is deleted in its entirety. Addendum to 52.212-1(e), Multiple Offers, is deleted in its entirety. Addendum to 52.212-1(h), Multiple Awards, is deleted in its entirety. 9. The FAR provision 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Addenda to 52.212-2 is as follows: Addendum FAR 52.212-2, paragraph (a) is hereby tailored as follows: If three (3) or fewer quotes are received, the Government will evaluate all quotes for technical acceptability. If more than three (3) quotes are received, the Government will then evaluate the three (3) lowest priced quotes for Technical Acceptability. However, the Government reserves the right to evaluate additional quotes for technical acceptability. If additional quotes are evaluated for technical acceptability, they will be evaluated in the order of increasing total price, when the agency determines that none of the initial three (3) lowest priced quotes are qualified as acceptable. The agency will reject and not consider for award any quote found technically unacceptable and ineligible for award under the terms of this RFQ. Best Value will be based on a Lowest Price Technically Acceptable (LPTA) approach IAW FAR 15.101-2(c)(1)-(5). For this RFQ, best value means a single purchase order shall be made to the responsible contractor whose products are technically acceptable and quotes the lowest total evaluated price. The following two (2) factors shall be used to evaluate quote(s): Technical and Price. Technical Factor: IAW the Statement of Work (Atch 1), the Offeror shall enter a quotation that meets the requirement onto the Schedule of Supplies (Atch 2) or on a detailed company letterhead, with a cost for each CLIN. The Quoter shall provide a written plan for the equipment solution, installation, and TV lineup provided IAW The Statement of Work (Atch 1). Rating Description Acceptable: Quoter proposed TV programming that includes an equipment solution, installation, and TV lineup that meets the requirement IAW the Statement of Work (Atch 1). The proposal is identified in the Schedule of Supplies (Atch 2) or on a detailed parts list, and written plan with a company letterhead. Unacceptable: Quoter did not propose TV programming that includes an equipment solution, installation, and TV lineup that meets the requirement IAW the Statement of Work (Atch 1). The proposal is identified in the Schedule of Supplies (Atch 2) or on a detailed parts list, and written plan with a company letterhead. Price Evaluation: The following process will be followed among �Acceptable� quotes: Total evaluated price will be determined by multiplying the quantities identified in the Schedule of Supplies (See Atch 2) by the proposed unit price for each Contract Line-Item Number (CLIN). The extended amounts for each CLIN will then be totaled for an overall Total Evaluated Price. If three (3) or fewer quotes are received, the Government will evaluate all quotes for technical acceptability. If more than three (3) quotes are received, the Government will evaluate the three (3) lowest priced quotes for technical acceptability. However, the Government reserves the right to evaluate additional quotes for technical acceptability if deemed to be in the Government�s best interest. If additional quotes are evaluated for technical acceptability, they will be evaluated in the order of total evaluated price. 10. Quoter is required to include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items. 11. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services, applies to this acquisition. 12. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services, all FAR clauses cited in the clause are applicable to the acquisition. 13. Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The contractor shall include with this contract 1 year and 4 option years of support and equipment maintenance IAW the Schedule of Supplies (Atch 2). 14. Defense Priorities and Allocations System (DPAS) and assigned rating: N/A 15. The complete quotation package is due 26 February 2025 at 2:00 PM (CT). If you have any questions, please contact Benjamin Windham at benjamin.windham.1@us.af.mil or Brian Cooper at brian.cooper.18@us.af.mil. All questions and/or requests for information must be submitted no later than 20 February 2025 at 2:00 PM (CT). A site visit is scheduled for 18 February 2025 at 10:00 AM (CT). Please contact Benjamin Windham at benjamin.windham.1@us.af.mil and Brian Cooper at brian.cooper.18@us.af.mil if interested in attending. 16. Notice to Vendor(s): The Government reserves the right to cancel this combo/solicitation, either before or after the closing date of receipt of quotations. In the event the Government cancels this solicitation, the Government has no obligation to reimburse the vendor for any costs. Attachments Atch 1 � Statement of Work Atch 2 � Schedule of Supplies Atch 3 � Clauses and Provisions
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/320e0ce061ce4e6c83e72323ce6543b5/view)
- Place of Performance
- Address: TX 78234, USA
- Zip Code: 78234
- Country: USA
- Zip Code: 78234
- Record
- SN07340383-F 20250214/250212230031 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |