P - Wireless Phone Services
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: Posted Date: 2 March 2022 Response Due Date: 15 March 2022 10... COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: Posted Date: 2 March 2022 Response Due Date: 15 March 2022 10:00 AM, GST Revised Response Due Date: 17 March 2022 10:00 AM, GST Product or Service Code: DG11 NAICS Code: 517312 Contracting Office NAVSUP FLC Yokosuka ACMO Contract Specialist Joseph Arakaki Joseph.arakaki@fe.navy.mil Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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; “quotations” are being requested, and a written solicitation document will not be issued. This solicitation is a "request for quotations (RFQ)." PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on www.sam.gov The associated North American Industrial Classification System (NAICS) code for this procurement is 517312, with a small business size standard of 1,500 employees. The Small Business Office concurs with the decision. The NAVSUP Fleet Logistics Center Yokosuka, Okinawa Contracting Office requests responses from qualified sources capable of providing CELL PHONE SERVICES for NAVAL SPECIAL WARFARE GROUP 1, located on Guam, in accordance with Statement of Work (Attachment 1). CLIN 0001 All Inclusive Wireless Service (Base Year) With Period of Performance: 01 April 2022 to 31 March 2023 CLIN 0002 All Inclusive Wireless Service (Option Year I) With Period of Performance: 01 April 2023 to 31 March 2024 Attachment 1 – Statement of Work 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 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-26 Covered Telecommunications Equipment or Services-Representation. 52.209-6 Protecting the Governments 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 Evaluations 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 252.204-7015 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 Evaluation 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 quoter takes no exception to the SOW and demonstrates its ability to meet all the wireless service requirements: Guam local, US domestic, and international wireless service, as-well-as biannual hardware replacement. Factor 2: Price The quoter’s price, will be checked for mathematical correctness in all computations, making sure that all prices are summarized correctly to ensure completeness and accuracy. The total evaluated price will be calculated summing the values of all CLINs. Rating Methods The Technical factor will be rated on an acceptable/unacceptable basis. In order to be considered acceptable, the quoter must take no exception to the SOW and meet the minimum country requirements identified within. A quotation is unacceptable if it takes exception to the SOW or fails to meet the minimum country requirements identified in the SOW. For any questions, please contact Joseph Arakaki via email at joseph.arakaki@fe.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 0900 hours GST on 8 March 2022. Questions received after deadline may 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/. ******* End of Combined Synopsis/Solicitation ********
Data sourced from SAM.gov.
View Official Posting »