7030 - Logicon Mail Dissemination System (LMDS) Licenses
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR Part 13, using Simplified Acquisition Procedures as supplemented w... This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR Part 13, using Simplified Acquisition Procedures 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 BETASAM https://beta.sam.gov/ and NECO (https://www.neco.navy.mil/). The RFQ number is N0060420Q4041. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-06 and DFARS Publication Notice 20200605. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.Th20Qe 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 511210 and the Small Business Standard is $38.5M. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b). Award will be based on Lowest Price Technically Acceptable (LPTA). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A Sole Source Justification has been submitted and approved by the Contracting Officer. This requirement will result in a Firm-Fixed Price (FFP) purchase order. Award will be made to the offeror submitting the lowest priced, technically acceptable offer. The method of payment will be by Wide Area Work Flow. For EIT requirements include the following language unless an exception applies: This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information see http://www.section508.gov. The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing the following: 0001 - Product number MR-3-M, License number MR2L1Z103-201005- F8D9-DE07, LMDS Mailroom License (5,000 profiles) for one (1) year. 0002 - Product number MR-3-M, License number MR2L1Z103-201006- F8D9-1BF2, LMDS Mailroom License (5,000 profiles) for one (1) year. Period of Performance: 7/27/2020 – 7/26/2021 Delivery Address: COMMANDER, U.S. PACIFIC FLEET 250 MAKALAPA DRIVE PEARL HARBOR, HI 96860-3131 List of Attachments: 1. SAP Combined Synopsis Solicitation 2. FAR Part 13 MFR for Other than Full and Open Competition 3. 52.212-3 Alt I, Offeror Representations and Certifications Submission requirements: 1. A complete price quote for CLINs 0001 and 0002 above in response to this combined synopsis/solicitation. 2. Completed Attachment 1, FAR 52.212-3 Alt I, Offeror Representations and Certifications. If your annual representations and certifications are current in the System for Award Management (SAM) database, notate None on page 4 in paragraph (b)(2). If not, complete as required. The Offeror’s quote will be evaluated and determined to be technically acceptable by adherence to the submission requirement in item #3 listed above. Delivery is FOB Destination. 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 FAR provision and clauses are applicable to this procurement: The following FAR and DFARS provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-16 Commercial and Government Entity Code Reporting 52.204-13 System for Award Management Maintenance 52.204-18 CAGE Maintenance 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 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 52.212-3 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 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor—Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer—System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.211-7003 Item Unique Identification and Valuation 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program--Basic 252.225-7012 Preference for Certain Domestic Commodities 252.225-7971 Prohibition on Use of Certain Energy Sourced from Inside the Russian Federation—Representation. (DEVIATION 2020-O0018) 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2020-O0015) 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) 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 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea—Basic This announcement will close at 1200 hours HST on Thursday, 09 July 2020 , to the Contracting Office Point of Contact (POC). The POC is Mr. Mark Lowe who can be reached at (808) 473-7545. Direct email: mark.lowe1@navy.mil. All quotes shall be submitted to the POC via email. Late quotes will not be considered. Any delays that cause a quote to be late are not the responsibility of the government agency and such late quotes will not be accepted. All questions shall be submitted via e-mail to: mark.lowe1@navy.mil by 1000 hours HST, Wednesday, 08 July 2020. All questions and answers will be submitted via an amendment to the original solicitation. All responsible sources may submit a quote which shall be considered by the agency. 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 over 10 pages in total will not be accepted by facsimile. ******* End of Combined Synopsis/Solicitation ********
Data sourced from SAM.gov.
View Official Posting »