The RFP Database
New business relationships start here

Local exchange services for Fort Greely, AK.


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 W91RUS19Q0017. This solicitation is a Request for Quote (RFQ) IAW FAR Parts 12 and 13. The Contracting Officer will conduct a pre-quotation meeting and site visit for the requirement specified below on 29 August 2019 @ 11:00 AM local time at the Fort Wainwright Network Enterprise Center, 1060 Apple Street, Fort Wainwright, AK for the purpose of answering questions regarding the 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 22 August 2019 to ensure access to the military site/conference site.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03.


(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 as follows:


CLIN #1, Cut-over of all services from the current provider. 1 Job.
CLIN #2, Base year monthly recurring charges. 12 Months.
CLIN #3, Option year 1 monthly recurring charges. 12 Months.
CLIN #4, Option year 2 monthly recurring charges. 12 Months.
CLIN #5, Option year 3 monthly recurring charges. 12 Months.
CLIN #6, Option year 4 monthly recurring charges. 12 Months.


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 voice and data circuits listed in the Statement of Work for Fort Greely, AK.


(vii) Performance Periods. Each performance period will be 12 months.


(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 Alaska 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.

(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 competitive or incumbent local exchange carrier certified to provide services within the State of Alaska. Quotations will only be accepted from facilities-based competitive and incumbent local exchange carriers certified to provide local exchange services.


(ii) Pricing. Submit the pricing information for each contract line item via the line item builder form on FBO.GOV under the "Notice Details" section of the announcement. Reference Section 4.3.1 of the FBO vendor guide for information on submitting an electronic response. The US Army is a Federal Government entity, and as such, is exempt from certain taxes. 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


(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.

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
52.203-12 Limitation On Payments To Influence Certain Federal Transactions
52.203-3 Gratuities
52.203-6 Restrictions on Subcontractor Sales to the Government. - (Alternate I)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards.
52.204-13 System for Award Management Maintenance
52.204-14 Service Contract Reporting Requirements
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
52.204-7 System for Award Management
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations.
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract
52.219-28 Post-Award Small Business Program Representation.
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.
52.223-6 Drug-Free Workplace
52.225-13 Restrictions on Certain Foreign Purchases.
52.232-17 Interest
52.232-18 Availability Of Funds
52.232-23 Assignment Of Claims
52.232-33 Payment by Electronic Funds Transfer-System for Award Management.
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors.
52.233-1 Disputes
52.233-2 Services of Protest
52.233-3 Protest after Award.
52.233-4 Applicable Law for Breach of Contract Claim.
52.237-3 Continuity Of Services
52.242-13 Bankruptcy
252.201-7000 Contracting Officer's Representative
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights.
252.203-7003 Agency Office of the Inspector General
252.204-7003 Control of Government Personnel Work Product.
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support.
252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism.
252.225-7001 Buy American and Balance of Payments Program.
252.225-7002 Qualifying Country Sources as Subcontractors.
252.225-7012 Preference for Certain Domestic Commodities.
252.225-7048 Export-Controlled Items.
252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns.
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.
252.239-7002 Access.
252.239-7004 Orders for Facilities and Services.
252.239-7005 Rates, Charges, and Services.
252.239-7006 Tariff Information.
252.239-7007 Cancellation or Termination of Orders.
252.239-7008 Reuse Arrangements.
252.239-7018 (Dev) Supply Chain Risk (DEVIATION 2018-O0020).
252.243-7001 Pricing of Contract Modifications.
252.243-7002 Requests for Equitable Adjustment.
252.244-7000 Subcontracts for Commercial Items


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