Cable Services
Combined Synopsis/Solicitation: FA9301-23-Q-0019 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with addition... Combined Synopsis/Solicitation: FA9301-23-Q-0019 (i) 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. Commercial Items (FAR 12) and Simplified Acquisition Procedures (FAR 13) will be used for requirement. Hereafter, this notice shall be titled "Solicitation." (ii) Solicitation Number: FA930123Q0019. This solicitation is issued as a Request for Quote (RFQ) to offerors. (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2023-04, effective 2 June 2023; and DPN 20230817. (iv) This is a Full and Open Competition. The North American Industry Classification System (NAICS) code for this project is 517111 with a size standard of 1500 employees. (v) Contract Line Item Number (CLIN) Nomenclature and Contract Structure: The following represent the CLIN structure for this contract: CLIN 0001 – Monthly Services – Quantity 12 Months Each CLIN 0002 – Monthly Cable Box Services – Quantity 12 Months Each The CLINs below, as also identified within the model contract, represent an estimated maximum quantity for each item. However, the Government reserves the right to order none, some, or more than the estimated quantities of each item solely based upon its needs. See the attached model contract for details. CLIN XX01 – Monthly Cable Services, CLIN XX02 – Monthly Cable Box Services. (vi) Contract Type: The anticipated contract type is Purchase Order Firm Fixed Price. It is anticipated that one award will be issued. (vii) Description of items to be acquired: The contractor shall furnish all materials, labor, equipment, and transportation necessary to provide basic cable or dish services for forty-five locations throughout Edwards Air Force Base. (See SOW for details) The contractor must be able to provide cable or dish services to all areas listed in the chart above. The contractor is responsible for maintaining, repairing and/or replacing all equipment associated with cable/dish service that is provided. The contractor shall provide basic cable or dish services to include but limited to the following: Basic Package 75+ channels, including essentials like AMC, CNN, Disney Channel, ESPN & ESPN2, Nickelodeon, local channels, devices, and DVR capabilities. ***For additional details please see SOW (Attachment # 2) (viii) Location of requirement: Edwards AFB, CA 93524 (ix) Period of Performance: 1 Year (x) The provision at 52.212-1 "Instructions to Offerors -- Commercial" applies to this acquisition. Offers are due by 11 September 2023 at 12:00 PM Pacific Standard Time (PST) via electronic mail to Stacey Stuart at stacey.stuart@us.af.mil and Thomas Prothro at thomas.prothro@us.af.mil. (a) Addendum to the provision at FAR 52.212-1 "Instructions to Offerors -- Commercial": Offerors shall complete all portions of SF 1449 blocks 12, 17a, 26, 30a, 30b and 30c. In doing so, the offeror accedes to the contract terms and conditions as written in the Model Agreement, with attachments. Additionally, offerors shall fill in the Unit Price and Amount sections for CLINs 0001 and 0002 (beginning on page 3 of the SF1449 Model Agreement). The Total Agreement Price shall be stated by the offeror in Block #26 on page 1 of the SF 1449 Model Agreement. Cover Letter - offerors are to provide a cover letter with all required information specified within the provision at FAR 52.212-1(b)(1) thru (11) as applicable (See link: https://www.acquisition.gov/far/part-52#FAR_52_212_1). If a section does not apply to an offeror, simply state "N/A." Offerors are permitted to provide additional information on your company that you deem relevant to this acquisition. Page Limitations - Offerors cover letter shall be no more than 3 pages in length. Page/Font Size - Although proposals are to be submitted electronically, the page size should be structured to print on a normal 8.5 X 11-inch sheet of paper. Margins shall be no less than 1 inch on all sides, using Times New Roman font size 12 or larger. Pages shall be numbered sequentially as applicable. Electronic files must be in Adobe (.pdf) or Microsoft Word Version 2016 or earlier. Excel files (if used) must be in Excel 2016 or earlier format. (End of Addendum) (xi) The provision at FAR 52.212-2 "Evaluation -- Commercial Items" applies to this acquisition. (a) Addendum to the provision at FAR 52.212-2 "Evaluation -- Commercial Items": The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factor shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA) (End of Addendum) (xii) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, or have a completed copy with their SAM.gov registration. If completed via SAM.gov, please state so within the proposal/quote. Offerors shall include a completed copy of the provision at FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, and FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and any addenda to the clause. (xiii) Defense Priorities and Allocation System (DPAS): N/A (xiv) Proposal Submission Information: All questions or comments must be sent to Stacey Stuart at stacey.stuart@us.af.mil and Thomas Prothro at thomas.prothro@us.af.mil no later than 1 September 2023 10:00 AM PST. Offers and Quotes are due no later than 11 September 2023 12:00 PM PST. Attachments Solicitation Model Contract Statement of Work (SOW) Wage Determination
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »