WIRELESS SERVICES
***This amendment 2 is to include an attachment of questions received from this solicitation and the answers. Also, to clarify the purpose of amendment 1. Amendment 1 was processed to include FAR 52.2... ***This amendment 2 is to include an attachment of questions received from this solicitation and the answers. Also, to clarify the purpose of amendment 1. Amendment 1 was processed to include FAR 52.212-3 Alt I. See changes in the synopsis below.**** This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N0060420Q4006. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-01 and DFARS Publication Notice 20191031. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 517312 and the Small Business Standard is 1,500 employees. This is a competitive, unrestricted action. The Small Business Office concurs with the decision. The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing wireless service(s) for the COMSUBPAC Emergency Control Center located in Guam, in accordance with Statement of Work (Attachment 3): BASE YEAR: CLIN 0001 – 29 EACH : Wireless communication devices capable of delivering secure encrypted voice/text/data transmissions with unlimited local voice, unlimited local SMS/texting, unlimited local iPhone data, unlimited USA long distance, unlimited USA SMS/Texting, unlimited USA voice roaming, and unlimited USA data roaming. CLIN 0002 – 29 EACH: Wireless communication devices capable of delivering secure encrypted voice/text/data transmissions with unlimited local voice, unlimited local SMS/texting, unlimited local iPhone data, unlimited USA long distance, unlimited USA SMS/Texting, unlimited USA voice roaming, unlimited USA data roaming, unlimited international voice roaming and unlimited international data roaming. CLIN 0003 – 3 EACH: Local data standalone 10GB (MIFI) with 10 G international data roaming for each. OPTION YEAR 1: CLIN 1001 – 29 EACH : Wireless communication devices capable of delivering secure encrypted voice/text/data transmissions with unlimited local voice, unlimited local SMS/texting, unlimited local iPhone data, unlimited USA long distance, unlimited USA SMS/Texting, unlimited USA voice roaming, and unlimited USA data roaming. CLIN 1002 – 29 EACH: Wireless communication devices capable of delivering secure encrypted voice/text/data transmissions with unlimited local voice, unlimited local SMS/texting, unlimited local iPhone data, unlimited USA long distance, unlimited USA SMS/Texting, unlimited USA voice roaming, unlimited USA data roaming, unlimited international voice roaming and unlimited international data roaming. CLIN 1003 – 3 EACH: Local data standalone 10GB (MIFI) with 10 G international data roaming for each. OPTION YEAR 2: CLIN 2001 – 29 EACH : Wireless communication devices capable of delivering secure encrypted voice/text/data transmissions with unlimited local voice, unlimited local SMS/texting, unlimited local iPhone data, unlimited USA long distance, unlimited USA SMS/Texting, unlimited USA voice roaming, and unlimited USA data roaming. CLIN 2002 – 29 EACH: Wireless communication devices capable of delivering secure encrypted voice/text/data transmissions with unlimited local voice, unlimited local SMS/texting, unlimited local iPhone data, unlimited USA long distance, unlimited USA SMS/Texting, unlimited USA voice roaming, unlimited USA data roaming, unlimited international voice roaming and unlimited international data roaming. CLIN 2003 – 3 EACH: Local data standalone 10GB (MIFI) with 10 G international data roaming for each. The required Period of Performance is as follows: Base Year 01 December 2019 – 30 November 2020 Option Year 1 01 December 2020 – 30 November 2021 Option Year 2 01 December 2021 – 30 November 2022 The following attachments are applicable: Attachment 1 – Quote Sheet Attachment 2 – Services Worksheet Attachment 3 – Statement of Work Attachment 4 - FAR 52.212-3 Alt I - Failure to include this attachment with your quote, may result in your offer being deemed unresponsive. If your annual representations and certifications are current in the System for Award Management (SAM), complete only paragraph (b) on page 4 by filling out "N/A" in paragraph b. A complete quote in response to this combined synopsis/solicitation shall include the completion and submission of Attachment 1 and Attachment 2. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following provision and clauses are applicable to this procurement: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors—Commercial Items 52.212-2 Evaluation—Commercial Items 52.212-3 Offeror Representations and Certifications—Commercial Items--Alternate I 52.212-4 Contract Terms and Conditions—Commercial Items 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items 52.217-5 Evaluation of Options 52.217-9 Option to Extend the Term of the Contract 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer—System for Award Management 52.232-36 Payment by Third Party 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea--Basic This announcement will close at 1000am Hawaii Standard Time (HST) on November 15, 2019. All quotations shall be submitted to Jimmie Toloumu via email at jimmie.toloumu@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award to the responsible Quoter whose quote offers the best value to the Government, price and non-price factors considered. In determining the best value to the Government, the combined non-cost/price factors are equally important to the cost/price factor. The Quoters are advised that the quotation meeting the solicitation requirements with the lowest price may not be selected for award if award to a higher priced Quoter is determined to be more advantageous to the Government. However, the perceived benefits of the higher priced quotation must merit the additional price. Factor 1: Technical The Government will evaluate the Quoter’s Service Worksheet (Attachment (2)) for capability to provide service(s) in required countries, direct dialing, and automatic roaming. Factor 2: Price The quoter’s Quote Sheet (Attachment (1)) will be checked for mathematical correctness in all computations, making sure that all prices are summarized correctly to ensure completeness and accuracy. Changes to the evaluation quantities, blanks or zeros in the pricing columns, and/or mathematical mistakes are subject to clarification for confirmation of the Quoter’s intent. These factors will be used to assess whether the quote is complete and accurate, and to minimize performance risk. The total contract price will be calculated by adding the totals of the base year and all option years. Rating Methods: The Technical factor will be rated on an acceptable/unacceptable basis. In order to be considered acceptable, the quotation must meet the minimum country requirements for service(s), direct dialing, and automatic roaming. A quotation is unacceptable if it fails to meet the minimum country requirements for service(s), direct dialing, and automatic roaming. For any questions, please contact Jimmie Toloumu via email at jimmie.toloumu@navy.mil. Questions Submission: Interested offerors must submit questions concerning the solicitation at the earliest time possible to enable timely response. Please submit questions no later than November 14, 2019 at 1000 HST. Questions received after deadline will not be considered. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »