Amendment to Combined Synopsis/Solicitation – Local Telecommunications Services for Charleston AFB/NWS, SC
| Federal Information & News Dispatch, Inc. |
Notice Type: Amendment to Combined Synopsis/Solicitation
Posted Date:
Office Address:
Subject: Local Telecommunications Services for
Classification Code: D - Information technology services, including telecommunications services
Solicitation Number: FA8773-14-R-0005
Contact:
Setaside: N/AN/A
Place of Performance (address): 628 CS/SCX,
Place of Performance (zipcode): 29404
Place of Performance Country: US
Description:
Air Force Space Command
38 CONS
**Please note correction of Title description for location of services** Action Code: Combined Synopsis/Solicitation Notice Solicitation Number: FA8773-14-R-0005 Date:
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-70.
(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 acquiring local telephone exchange services for
(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, 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
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.
Subfactor 3 -- Diversity. Provide a pictorial sketch and legend, which shows connectivity for alternate routing/diversity for the site. The Offeror shall provide a discussion of the proposed methodology to accomplish diversity.
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 a 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) The provision at FAR 52.212-2, Evaluation of Offers-Commercial, applies to this solicitation along with the following addenda to the provision: 52.212-2 Addendum: Evaluation Criteria. This is a competitive best value source selection in which competing Offerors' past performance history will be evaluated on a basis approximately equal to cost or price considerations. An award shall be made to this Offeror, subject to a positive determination of responsibility. 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 an order 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 of being a telecommunications company and owning most of the 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.
Subfactor 3 - Diversity. This subfactor is met when the Offeror presents a sound pictorial approach for diversity to include the methodology for accomplishing diversity.
(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) Offerors are highly encouraged to 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 addenda to FAR 52.212-3:
52.212-3 Addendum CERTIFICATION TO ACCEPT THE GOVERNMENT PURCHASE CARD (GPC) Certification. 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 provisions which may not be online at SAM: 52.209-7 Information Regarding Responsibility Matters. For purposes of this provision, complete the following fill-in: (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than
(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 FAR/DFARS/AFFARS clauses/provisions, either by reference or full text, apply (clauses may be obtained via the internet at http://farsite.hill.af.mil): 52.203-3 Gratuities
52.252-1,
5352.201-9101, Ombudsman,
5352.242-9000, Contractor Access to Air Force Installations (
(xiii) Place of Performance: 628 CS/SCX,
(xiv) Name and telephone number of individual to contact for information regarding this solicitation:
Link/URL: https://www.fbo.gov/notices/94184cd9c96076476a1b8ae7a594e80f
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 4871 |



Justification and Approval – Intent to do a Sole Source Modification for Additional Maintenance and support of the Marine Corps on-line Ground Climate Assessment Survey System (GCASS) Contract (Option Yr3)
Advisor News
- Strong underwriting: what it means for insurers and advisors
- Retirement is increasingly defined by a secure income stream
- Addressing the ‘menopause tax:’ A guide for advisors with female clients
- Alternative investments in 401(k)s: What advisors must know
- The modern advisor: Merging income, insurance, and investments
More Advisor NewsAnnuity News
- ALIRT Insurance Research: U.S. Life Insurance Industry In Transition
- My Annuity Store Launches a Free AI Annuity Research Assistant Trained on 146 Carrier Brochures and Live Annuity Rates
- Ameritas settles with Navy vet in lawsuit over disputed annuity sale
- NAIC annuity guidance updates divide insurance and advisory groups
- Retirement is increasingly defined by a secure income stream
More Annuity NewsHealth/Employee Benefits News
- Health insurance legislation signed into law by Reynolds
- Researchers from Virginia Commonwealth University Report on Findings in Substance Abuse (Health insurance type moderates the association between substance use disorders and cardiovascular multimorbidity among U.S. adults – Results from the 2023 …): Addiction Research – Substance Abuse
- New Findings from Fudan University Describe Advances in Beta-Lactam Antibiotics (Budget impact analysis of aztreonam-avibactam for metallo-b-lactamase carbapenem-resistant enterobacterales infections in China): Drugs and Therapies – Beta-Lactam Antibiotics
- 4 major class action settlements could put cash in your pocket — See if you qualify
- A LOOK AT NEW OR EXPANDED MEDICAID AND PUBLIC HEALTH PARTNERSHIPS FROM 2025: FINDINGS FROM A SURVEY OF STATE MEDICAID PROGRAMS
More Health/Employee Benefits NewsLife Insurance News
- 5 steps to take before selling your firm
- Bismarck man pleads guilty to taking out insurance policy on dead wife
- ALIRT Insurance Research: U.S. Life Insurance Industry In Transition
- U-Haul Holding Company Schedules Fourth Quarter Fiscal Year End 2026 Financial Results Release and Investor Webcast
- New Empathy and LIMRA Research: The Overlooked Opportunity to Engage the Next Generation After an Insurance Payout
More Life Insurance News