The RFP Database
New business relationships start here

Local Exchange Services for the Letterkenny Army Depot, PA


Arizona, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

(ii) The solicitation number is W91RUS19Q0001. This solicitation is a Request for Quote (RFQ) IAW FAR Parts 12 and 13.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97.


(iv) This is an unrestricted acquisition. The applicable NAICS code is 517311 and the small business size standard is less than 1500 employees.


(v) The contract line item numbers and items, quantities and unit of issue are identified on the attached Pricing Schedule. The contract scope and requirements are described in the attached Statement of Work (SOW). The Statement of Work is available under the "Additional Information" link below.


(vi) This Request for Quote is for the local exchange services listed in the Statement of Work for the Letterkenny Army Depot, PA.


(vii) Performance Periods:
Installation/Cut-Over (CLIN 0001) - NTE 60 days.
Base Year (CLIN 0002)
Option Year 1 (CLIN 1002)
Option Year 2 (CLIN 2002)
Option Year 3 (CLIN 3002)
Option Year 4 (CLIN 4002)


(viii) Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition including the following addendum:


52.212-1 Addendum


(b) Submission of Offers.


(13) Quotations will only be accepted from facilities-based local exchange carriers certified by the State of Pennsylvania to provide local exchange services.

(14) Submit quotations via upload to FBO.GOV not later than the response date and time specified in the announcement. Please do not e-mail quotations to the Contracting Officer.


(15) Submit the following with each quotation:


(i) Contracting Information


(A) The CAGE code and data universal numbering system (DUNS) number of the Offeror registered in the System for Award Management (SAM).


(B) Proof the Offeror is a facilities-based local exchange carrier within the State of Pennsylvania. Quotations will only be accepted from facilities-based local exchange carriers certified to provide local exchange services.


(ii) Pricing. A completed copy of the Government-provided Pricing Schedule including the Offeror's prices and all applicable taxes, fees and surcharges. Pricing Schedule unit prices must be limited to two decimal places. Identify non-priced SLINs by entering NSP or NC in the unit price. The Pricing Schedule is available under the "Additional Information" link below. The US Army is a Federal Government entity, and as such, is exempt from certain taxes. Offerors must identify and include the quantity and amounts of all applicable taxes, fees and surcharges on the Pricing Schedule. Quotations should not include any taxes from which the Federal Government is exempt.


(ii) Technical Solution. A detailed narrative and network diagram describing the Offeror's facilities, network, and infrastructure to be used to deliver the services in the Statement of Work to the demarcation locations.


(iii) Past Performance Information. Provide 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.


(c) Period of Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 90 days from the date specified for receipt of quotations.


(e) Multiple awards. This award shall be made on an all or none basis.


End of 52.212-1 Addendum


PRE-PROPOSAL MEETING: The Contracting Officer will conduct a pre-proposal meeting and site visit for the requirement specified below at the Letterkenny Army Depot, DOIM Conference Room, 1 Overcash Avenue, Chambersburg, PA 17201 on Thursday, 08 November 2018 @ 10:00 AM local time. This meeting will be conducted for the purpose of answering questions regarding this solicitation. Potential offerors interested in attending must submit the names of all attendees to the Contracting Officer via e-mail to scot.c.stedman.civ@mail.mil prior to 01 November to ensure access to the military site/conference site.


(viiii) Provision 52.212-2, Evaluations, applies to this acquisition including the following addendum:


Addendum to FAR 52.212-2


(a) The Government will award a firm-fixed price contract to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:


Price - The total amount for the base year and all option years will be evaluated from the Pricing Schedule.

Technical Capability - Acceptable is defined as a quotation that clearly meets the minimum requirements of the solicitation. Unacceptable is defined as a quotation that does not clearly meet the minimum requirements of the solicitation.


Past Performance - The Government will conduct an evaluation and review of all recent past performance data obtained to determine how closely the work performed under these efforts relates to the proposed effort and how well that work was performed. The Offeror shall consider the requirements contained in FAR Clauses 52.212-1 when submitting their past performance references. Past performance shall be evaluated based on how recent, relevant and the quality of services rendered. To consider relevancy and quality the past performance evaluation will consider all aspects of an ‘offerors' past performance. For purposes of this evaluation, recent is defined as contracts performed within the past three (3) years from the issuance date of the solicitation. This factor will be rated as Acceptable or Unacceptable. Acceptable is defined as the pass performance clearly meets the minimum requirements of the solicitation. Unacceptable is defined as the past performance does not clearly meet the minimum requirements of the solicitation.


(x) Offerors are encouraged to complete all Representations and Certifications electronically at the System for Award Management website located at URL 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/.

(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition to include the following addenda:


52.212-4 Addendum


(w) Continuity of Services and Option to Extend Telecommunication Services.
(1) For all services required on this contract, the contractor shall continue to provide services until a release date is
established by the Government as a result of competition (cutover complete) or termination (including termination for cause or government convenience).
(2) The Contractor recognizes that the services under this contract are vital to the Government and must be continued without interruption and that, before contract expiration, a successor, either the Government or another Contractor, may continue them. The Contractor agrees to - (i) Provide transitioning of services during cutover period without termination liability charges; (ii) Exercise its best efforts and cooperation to effect an orderly and efficient transition. The Contractor shall (i) Provide transitioning of services during cutover period without termination liability charges; (ii) Exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor; and (iii) Notify the Government of any services not cutover after contract expiration.


End of 52.212-4 Addendum


(xii) Clause 52.212-5, 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):


52.202-1 Definitions NOV 2013
52.203-3 Gratuities APR 1984
52.203-12 Limitation on Payments To Influence Certain Federal Transactions OCT 2010
52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights APR 2014
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011
52.204-13 System for Award Management Maintenance OCT 2016
52.204-14 Service Contract Reporting Requirements OCT 2016
52.204-16 Commercial and Government Entity Code Reporting JUL 2016
52.204-18 Commercial and Government Entity Code Maintenance JUL 2016
52.217-8 Option to Extend Services NOV 1999
52.217-9 Option to Extend the Term of the Contract MAR 2000
52.223-6 Drug-Free Workplace MAY 2001
52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013
52.233-1 Disputes MAY 2014
52.233-2 Service of Protest SEP 2006
52.233-3 Protest After Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.237-3 Continuity Of Services JAN 1991
52.242-13 Bankruptcy JUL 1995
252.201-7000 Contracting Officer's Representative DEC 1991
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013
252.204-7003 Control Of Government Personnel Work Product APR 1992
252.204-7004 Alt A System for Award Management Alternate A FEB 2014
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016
252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism OCT 2015
252.225-7012 Preference For Certain Domestic Commodities DEC 2016
252.225-7048 Export-Controlled Items JUN 2013
252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns SEP 2004
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012
252.232-7010 Levies on Contract Payments DEC 2006
252.239-7002 Access DEC 1991
252.239-7004 Orders For Facilities And Services NOV 2005
252.239-7005 Rates, Charges, And Services NOV 2005
252.239-7006 Tariff Information JUL 1997
252.239-7007 Cancellation Or Termination Of Orders NOV 2005
252.239-7008 Reuse Arrangements DEC 1991
252.239-7018 Supply Chain Risk OCT 2015
252.243-7001 Pricing Of Contract Modifications DEC 1991


52.252-1, Solicitation Provisions Incorporated by Reference, Feb 1998. For purposes of this provision, the fill-in is completed as follows: http://farsite.hill.af.mil
52.252-2, Clauses Incorporated by Reference, Feb 1998. For purposes of this clause, the fill-in is completed as follows: http://farsite.hill.af.mil


Scot Stedman, Contracting Officer, Email scot.c.stedman.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP