Combine Solicitation – Local Exchange Services for Gowen Field, ID
Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Local Exchange Services for Gowen Field, ID
Classification Code: D - Information technology services, including telecommunications services
Solicitation Number: FA8773-14-R-0078
Contact:
Setaside: N/AN/A
Place of Performance (address):
Place of Performance (zipcode): 83705
Place of Performance Country: US
Description:
Air Force Space Command
38 CONS
Action Code: Combined Synopsis/Solicitation Notice Solicitation Number: FA8773-14-R-0078 Date:
(iii) The solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-76.
(iv) This acquisition will utilize full and open competition; there are no set asides for small businesses. For this acquisition, a concern will be considered small under NAICS 517110 with size standard of less than 1500 employees.
(v) The contract line item numbers and items, quantities and units of measure pertaining to this requirement are identified on the Schedule B. The scope of the work to be acquired is set forth in the Statement of Work (SOW). The SOW and Schedule B are available for download via www.FBO.gov.
(vi) 38 CONS/LGCB has a requirement for local telephone exchange services at Gowen Field AP AGS, ID. Local telecommunication services shall include, as a minimum but not limited to Direct in Dial directory numbers, commercial subscriber lines and features, local exchange digital ISDN PRI's, hot or direct lines, and public listings. The scope of the work to be acquired is set forth in the SOW. The SOW and Schedule B are available for download via www.FBO.gov.
(vii) This Communication Service Authorization (CSA) will have a five (5) year period of performance from date of award.
(viii) Provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition along with the following addenda to the provision: 52.212-1 Addendum: (b) Submission of Offers. 1. General Instructions: i. The Offeror's proposal must include all data and information requested herein and must be submitted in accordance with these instructions. Non-conformance with these instructions may result in an unfavorable proposal evaluation. ii. Interested parties capable of providing the specified services must submit a written offer via email to Aimee T Richard, at [email protected] and Sara Rushing, at [email protected]. iii. Do not send as an executable or .exe file. Email size shall not exceed five megabytes. Any corrupted file or media containing a virus could result in the offer not being considered for award. iv. Software Compatibility. Use a word processing and spreadsheet program compatible with Microsoft (R) Word 2007 (R) and Microsoft (R) Excel 2007 (R). PDF is Adobe (R) Portable Document Format. v. Site Visit and Solicitation Questions. A pre-proposal conference is not scheduled for this site. However, upon request by an offeror, a site visit may be conducted where services are to be performed to identify any general and local conditions that may affect the cost of contract performance. The offeror must notify the Contract Specialist and Contracting Officer noted in paragraph i above (not the
Subfactor 1 - Provider Capability Provide evidence of being a telecommunications company that owns most of its own facilities such as switching equipment, transmission lines and infrastructure, having the capability to provide Primary Rate Interfaces (PRI),
Subfactor 2 -Local Communication Services. Present a sound approach for providing local communication services detailed by a SITE-SPECIFIC diagram and descriptive legend that clearly illustrates the Offeror's ability to meet all SOW and Appendix 10 requirements. Reference generic example diagram in Appendix 10.
ii. Volume Two -- Past Performance Information (PPI) (Do not exceed ten (10) pages). Submit information from recent contracts performed within the last three (3) years, which are considered relevant in demonstrating ability to perform local exchange services involving similar scope, magnitude of effort, and complexities as the services described in this solicitation. Include the following administrative data for each referenced contract submitted: Offeror's company name; contracting agency; contract number; brief description of contract; contract type (i.e., fixed price, time and material, etc.); period of performance, identification of any significant achievements or past problems and resolution; and name, address, telephone number, and email address of program manager and Contracting Officer.
iii. Volume Three (Do not exceed ten (10) pages). A. Contracting Information. (1) Provide the signature block of the individual authorized to make an offer which includes individual's name, title, e-mail address and phone number. (2) Provide cage code, data universal numbering system (DUNS) number, and tax identification number as registered in the System for Award Management (SAM). (3) Organizational Representatives. Provide a listing, in hierarchal succession of the Offeror's points of contact delegated specifically for this requirement. Listing shall include names and titles, phone numbers, fax numbers and email addresses for each representative. List shall reflect both contracting and technical representatives for help desk issues and troubleshooting. (4) Evidence of Certification. Certification shall be in accordance with Clause 52.212-4 addendum (v)(3). Documentation must be submitted indicating that the Offeror is a local exchange carrier certified by the affiliated state's
(c) Period of Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 120 days from the date specified for receipt of offers.
(e) Multiple offers. If more than one solution to the services is available, Offeror may submit multiple offers for consideration, subject to same page limitations. Multiple offers may not be considered if they alter the Government's requirement. Should the Offeror claim exceptions to any requirement in the solicitation, these exceptions shall be listed and rationale provided. Failure to include exceptions will be deemed as acceptance of all terms and conditions of the solicitation and resulting contract.
(h) Multiple awards. This award shall be made on an all or none basis. (End of Addendum to Provision 52.212-1)
(ix) Provision 52.212-2, Evaluation - Commercial Items, applies to this acquisition along with the following addenda to the provision. 52.212-2 Addendum: Evaluation Criteria. The basis for award will be use of best value in which competing Offerors' past performance history will be evaluated on a basis approximately equal to cost or price considerations. By submission of an offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. All Offerors shall be evaluated for technical acceptability. Failure to meet a requirement may result in an offer being determined technically unacceptable. Moreover, the government reserves the right to award a CSA for services from an incumbent Local Exchange Carrier (LEC) or other LEC with a universal service obligation for the services required in this solicitation if it is in the best interest of the Government, price and other factors considered, as discussed herein, even if the company has not submitted an offer. Award will be made to the responsible Offeror proposing the combination most advantageous to the Government based upon an integrated assessment of the evaluation factors described below. The evaluation process shall proceed as follows: (a) FACTOR 1 - TECHNICAL. The Government technical evaluation team will evaluate the technical proposals on a pass/fail basis, assigning ratings of acceptable or unacceptable. Only those offers determined to be technically acceptable, either initially or as a result of discussions, will be considered for an award. The offers shall be evaluated against the following technical subfactors:
Subfactor 1 - Provider Capability This subfactor is met when the Offeror provides evidence they are a telecommunications company which owns most of its own facilities such as switching equipment, transmission lines and infrastructure, having the capability to provide Primary Rate Interfaces (PRI),
Subfactor 2 - Local Communications Services. This subfactor is met when the Offeror presents a sound approach for providing local communication services detailed by a SITE-SPECIFIC diagram and descriptive legend that clearly illustrates the Offeror's ability to meet all SOW and Appendix 10 requirements. Reference generic example diagram in Appendix 10.
(b) FACTOR 2 -- PRICE. All CLINs/SLINs within the Schedule B will be evaluated for award multiplying the estimated quantity times the unit price in the Schedule B and subtracting any applicable considered discount(s) to derive the total evaluated price. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price. The Government reserves the right to compare offered prices with tariff prices of an incumbent LEC or with any other LEC with a universal service obligation for the services required in this solicitation.
(c) FACTOR 3 -- PAST PERFORMANCE. In evaluating PPI, the government will employ several approaches including: reviewing contract references provided by the offeror; seeking PPI through the use of questionnaires; as well as using data independently obtained from other Government and commercial sources. Only recent (within the last three years) and relevant PPI (similar or greater in scope, magnitude of effort, and complexity than effort described in this solicitation) will be evaluated. When reviewing PPI, judgment will be used in assessing the probability of success, problems on previous efforts, and the alternatives available to meet the requirements. The assessment process will result in an overall performance confidence assessment rating of the Offeror's ability to satisfactorily perform the services described in this solicitation. The performance confidence assessment will result in an overall performance confidence rating identified with corresponding definition as follows: (A) Substantial Confidence - Based on the Offeror's performance record, the Government has a high expectation that the Offeror will successfully perform the required effort. (B)Satisfactory Confidence -Based on the Offeror's performance record, the Government has an expectation that the Offeror will successfully perform the required effort. (C) Limited Confidence -Based on the Offeror's performance record, the Government has a low expectation that the Offeror will successfully perform the required effort. (D) No Confidence -Based on the Offeror's performance record, the Government has no expectation that the Offeror will be able to successfully perform the required effort. (E) Unknown Confidence -No performance record is identifiable, or the Offeror's performance record is so limited that no confidence assessment rating can be reasonably assigned. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably on past performance (reference FAR 15.3 (a)(2)(iv)). The Government reserves the right to award a contract to other than the lowest priced offer if the lowest priced Offeror is judged to have a performance confidence assessment of "Satisfactory Confidence" or lower. If the lowest priced, technically acceptable offer is deemed to have a "Substantial Confidence" performance assessment, the Contracting Officer may determine it to represent the best value to the Government. If so, award shall be made to that offeror without discussions or further consideration of any other offer. (End of Addendum to Provision 52.212-2)
(x) Complete all representations and certifications electronically at the following website: https://sam.gov/. If not completed on-line, Offerors must include a completed copy of the provisions at FAR 52.212-3, which can be obtained at http://farsite.hill.af.mil, FAR Part 52 or online at https://sam.gov/. In addition, complete the following Addendum I to 52.212-3: 52.212-3 Addendum, Certification to Accept the Government Purchase Card (GPC). If the Government's intent for payment is via the GPC IAW clauses 52.232-36 and 52.212-4, Addendum, paragraph (i) (3), the Offeror must certify that it: ( ) (i) will accept the GPC for payments under this contract. ( ) (ii) will not accept the GPC for payments under this contract.
Additional provision which may not be online at SAM:
252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations (DEVIATION 2014-O0009)
(xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition to include the following addendum:
52.212-4 Addenda: (i)(3) "Payment" is tailored as follows: IAW FAR Clause 52.232-36(f), Contractor shall submit invoices for certification to the address identified in G-2 of this CSA. After certification, the office identified in G-2 shall provide the Contractor with GPC information for billing. Payment will be made to the Contractor through a charge to the GPC, at the time and for the amount due in accordance with the certified invoice. (u) "Reporting of Funds" is added as follows: This contractual vehicle is used to authorize local communications services and does not obligate funds. The funded amount(s) indicate the yearly authorization totals for reporting purposes only. (v) (v) Tariff Information. (1) The Contractor shall provide to the Contracting Officer- (i) Upon request, a copy of the Contractor's current existing tariffs (including changes); (ii) Before filing any application to a Federal, State, or any other regulatory agency for new or changes to applicable rates, charges, services, or regulations relating to any CSA or any of the facilities or services to be furnished solely or primarily to the Government; and (iii) Upon request, a copy of all information, material, and data developed or prepared in support of or in connection with an application under paragraph ii above. (2) The Contractor shall notify the Contracting Officer of any application that anyone other than the Contractor files with a governmental regulatory body, which affects or will affect the rate or conditions of services under this contract. These requirements also apply to applications pending on the effective date of this contract. (3)
(xii) Clause 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. In addition, the following additional FAR/DFARS/AFFARS clauses, either by reference or full text, apply (clauses may be obtained via the internet at http://farsite.hill.af.mil). 52.222-3 Convict Labor
52.252-1,
AFFARS 5352.201-9101, Ombudsman (
5352.242-9000, Contractor Access to Air Force Installations (Nov 212). For purposes of this clause, the fill-in is completed as follows: (b) When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and a valid vehicle insurance certificate to obtain a vehicle pass.
(xiii) Place of Performance:
(xiv) Name and telephone number of individual to contact for information regarding this solicitation: Name: Sara Rushing Telephone: 405.734.1394
Link/URL: https://www.fbo.gov/notices/a13fbd60e4bea774737d4ecf811e9774
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 4442 |
Combine Solicitation – Renewal of existing Govrt owned HP webinspect/fortify software licenses in support of DLA
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News