SOLICITATION NOTICE
D -- Local Telecommunications Services
- Notice Date
- 6/20/2025 6:50:12 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517111
—
- Contracting Office
- W7NH USPFO ACTIVITY MSANG 186 MERIDIAN MS 39307-7112 USA
- ZIP Code
- 39307-7112
- Solicitation Number
- W50S7J-25-R-A002
- Response Due
- 7/23/2025 1:30:00 PM
- Archive Date
- 08/07/2025
- Point of Contact
- Jared A. Garner, Phone: 601-484-9838, Hunter McDaniel, Phone: 601-484-9836
- E-Mail Address
-
jared.garner@us.af.mil, hunter.mcdaniel@us.af.mil
(jared.garner@us.af.mil, hunter.mcdaniel@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a combined synopsis/solicitation for the Telecommunications Services for 186 ARW in accordance with the PWS. Also, in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W50S7J-25-R-A002 is being issued as a Request for Quote (RFQ) with OPEN MARKET PRICING. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04, effective 6-11-2025 and the Defense Federal Acquisition Regulations (DFARS) Publication Notice (DPN) 20250117 dated 17 January 2025. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being advertised as a Full and Open. The North American Industrial Classification System (NAICS) Code is 517111. The 186 Air Refueling Wing-Contracting Office, Meridian, MS intends to issue a contract intended for the following service: This requirement will provide essential Local Telecommunication Services (LTS) and features supporting Key Field, Meridian, MS. Site specific equipment connectivity requirements are identified in Appendix 1, along with required features. This LTS will support the installation 24 hours a day/seven days a week/365 days a year (24/7/365). CLIN 0001 � LTS SERVICES Period of Performance: 1 Year (12 Months ADC) 1 Sept 2025 through 31 Aug 2026 Price per month: $______________TOTAL for 12 Months: $ ____________________ OPTION YEAR 1 CLIN 1001 � LTS SERVICES Period of Performance: 1 Year (12 Months ADC) 1 Sept 2026 through 31 Aug 2027 Price per month: $______________TOTAL for 12 Months: $ ____________________ OPTION YEAR 2 CLIN 2001 � LTS SERVICES Period of Performance: 1 Year (12 Months ADC) 1 Sept 2027 through 31 Aug 2028 Price per month: $______________TOTAL for 12 Months: $ ____________________ OPTION YEAR 3 CLIN 3001 � LTS SERVICES Period of Performance: 1 Year (12 Months ADC) 1 Sept 2028 through 31 Aug 2029 Price per month: $______________TOTAL for 12 Months: $ ____________________ OPTION YEAR 4 CLIN 4001 � LTS SERVICES Period of Performance: 1 Year (12 Months ADC) 1 Sept 2029 through 31 Aug 2030 Price per month: $______________TOTAL for 12 Months: $ ____________________ Place of performance: 186 Air Refueling Wing 6225 M Street, Meridian, MS 39307 BASIS OF AWARD: A contract will be awarded to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the lowest price conforming to the description of the requirement. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical Acceptability and (2) Price. Contractor shall submit pricing on the attached BID SHEET. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor. The Government will evaluate offers for award purposes by adding the total price for all option to the total price for the basic requirement. The evaluation of options will not obligate the Government to exercise the options. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Technical Acceptability will be determined by review the Vendors Technical package that is submitted in response to this solicitation. Technical package should include any and all information on how the vendor will meet the requirements as stated in the PWS. Please limit the technical package to 30 pages. Technical Acceptability shall be evaluated as acceptable or not acceptable. Clauses and provisions incorporated by reference may be accessed via the Internet at acquisition.gov. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one contractor. Submission Requirements: Vendors must submit company information with their quote to include: Point of Contact (POC), POC phone number, POC email address, company CAGE Code, UEI, and Tax Identification Number. Vendors must have an active registration in SAM.gov in order to be eligible for contract award. Include all applicable fees, including delivery (prepay & add is not acceptable); warranty information; setup and training; and estimated delivery time, if different than requested as stated on the attached specifications. Electronic Submission of Payment Request and Receiving Reports DFAR 252.232-7003, apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). To gain access to the WAWF production system, contractors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF must be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. Quotes are due no later than 3:30 P.M. CST, Wednesday, July 23, 2025. Quotes shall be emailed to jared.garner@us.af.mil and hunter.mcdaniel@us.af.mil Should offerors require additional clarification or have any questions regarding this requirement, must be submitted in writing by email to jared.garner@us.af.mil and hunter.mcdaniel@us.af.mil. Questions must be received no later than 4:30 P.M. CST, 10 July 2025. Request for a copy of the solicitation will not receive a response. FAR and DFARS clauses that apply to this solicitation are attached in the attachment section.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/89277629cb174607b8d90d3e8f2f9e9a/view)
- Place of Performance
- Address: Meridian, MS 39307, USA
- Zip Code: 39307
- Country: USA
- Zip Code: 39307
- Record
- SN07483933-F 20250622/250620230040 (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 |