Sole Source TeleGuam Holdings, LLC (dba GTA-Teleguam) Internet Service using 100 Mbps Metro Ethernet IP at Naval Base Guam

expired opportunity(Expired)
From: Federal Government(Federal)
N3904023Q2194

Basic Details

started - 06 Dec, 2022 (16 months ago)

Start Date

06 Dec, 2022 (16 months ago)
due - 13 Dec, 2022 (16 months ago)

Due Date

13 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
N3904023Q2194

Identifier

N3904023Q2194
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707415)DEPT OF THE NAVY (156635)NAVSEA (28063)NAVSEA SHIPYARD (4847)PORTSMOUTH NAVAL SHIPYARD GF (1434)

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. This requirement is for a firm fixed price contract to provide dedicated Internet Service using 100 Mbps Metro Ethernet IP at Naval Base Guam. This requirement is for the procurement of four (4) 100MBps lines and one (1) upgrade from 50 MBps to 100 MBps line in accordance with Attachment 1. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13. The Government intends to negotiate and award the resultant contract on a SOLE SOURCE basis to Teleguam Holdings, LLC (dba GTA TeleGuam) in accordance with FAR 13.106-1(b)(1)(i). This notice of intent is not a request for competitive quotes.The RFQ number is N3904023Q2194. This solicitation documents and incorporates
provisions and clauses in effect through FAC 2022-08 and DFARS Change Notice 20221028. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses:https://www.acquisition.gov/browse/index/far and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.htmlThe NAICS code is 517121. The small business size standard is 1500 employees.*Reference Attachments:1) N3904023Q2194.xls2) Sole Source JustificationThe following FAR provision and clauses are applicable to this procurement:52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements52.204-7 System for Award Management52.204-9 Personal Identity Verification of Contractor Personnel52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards52.204-13 System for Award Management Maintenance)52.204-16 Commercial and Government Entity Code Reporting52.204-17 Ownership of Control of Offeror52.204-18 Commercial and Government Entity Code Maintenance)52.204-19 Incorporation by Reference of Representations and Certifications52.204-20 Predecessor of Offeror52.204-21 Basic Safeguarding of Covered Contractor Information Systems52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment52.204-26 Covered Telecommunications Equipment or Services-Representation52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment52.209-10 Prohibition on Contracting with Inverted Domestic Corporations52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or A Felony Conviction Under Any Federal Law52.212-1 Instructions to Offerors - Commercial Items52.212-2 Evaluation—Commercial Items52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items52.217-7 Option for Increased Quantity -- Separately Priced Line Item52.217-9 Option to Extend the Term of the Contract52.219-6 Small Business Program Representation52.219-28 Post Award Small Business Representation52.222-3 Convict Labor52.222-19 Child Labor-Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities52.222-26 Equal Opportunity52.222-36 Affirmative Action for Workers with Disabilities52.222-50 Combating Trafficking in Persons52.223-5 Pollution Prevention and Right-to-Know Information52.223-11 Ozone-Depleting Substances52.223-18 Contractor Policy to Ban Text Messaging while Driving52.225-13 Restriction on Foreign Purchases52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs52.232-33 Payment by Electronic Funds Transfer-System for Award Management52.232-39 Unenforceability of Unauthorized Obligations52.232-40 Providing Accelerated Payments to Small Business Subcontractors52.233-3 Protest After Award52.233-4 Applicable Law for Breach of Contract Claim52.242-15 Stop-Work Order52.247-34 F.O.B. Destination52.252-1 Solicitation Provisions Incorporated by Reference52.252-2 Clauses Incorporated by Reference52.252-6 Authorized Deviations in Clauses52.253-1 Computer Generated FormsAdditional contract terms and conditions applicable to this procurement are:DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD OfficialsDFARS 252.203-7002 Requirement to Inform Employees of Whistleblower RightsDFARS 252.203-7005 Representation Relating To Compensation of Former DOD OfficialsDFARS 252.204-7003 Control of Government Personnel Work ProductDFARS 252.204-7006 Billing InstructionsDFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information ControlsDFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident InformationDFARS 252.204-7015 Disclosure of Information to Litigation Support ContractorsDFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense ContractorsDFARS 252.225-7048 Export-Controlled ItemsDFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving ReportsDFARS 252.232-7006 Wide Area Workflow Payment InstructionsDFARS 252.232-7010 Levies on Contract PaymentsDFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor PersonnelDFARS 252.244-7000 Subcontracts for Commercial ItemsDFARS 252.247-7023 Transportation of Supplies by SeaNAVSEA CLAUSESC-202-H001 ADDITIONAL DEFINITIONS–BASICC-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILESC-211-H018 PPROVAL BY THE GOVERNMENTC-212-W002 COMMERCIAL SUPPLIER AGREEMENTSC-227-H010 COMPUTER SOFTWARE AND COMPUTER DATA BASES DELIVERED TO OR RECEIVED FROM THE GOVERNMENTC-246-H001 EXTENSION OF COMMERCIAL WARRANTY E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIESF-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERYG-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICEG-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICINGG-242-H001 H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIESEvaluation Criteria: 52.212-2 Evaluation--Commercial Items (Oct 2014)(a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest priced technically acceptable offer. (1) TECHNICAL ACCEPTABILITYQuotations submitted by each vendor will be evaluated in accordance with the specifications and determined to be either acceptable or unacceptable. Technical Evaluation Ratings:Rating: AcceptableDescription: Submission clearly meets the minimum requirements of the solicitationRating: UnacceptableDescription: Submission does not clearly meet the minimum requirements of the solicitationIf the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable", and will no longer be considered for further competition or award.(2) PRICEThe prices quoted shall be in accordance with the solicitation, and will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3. Price Quotes shall be held firm for thirty (30) days.Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, or price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote.System for Award Management (SAM): Vendors 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/.The period of performance: Date of award +1 year, plus 1 option year.Place of Performance is: Naval Base GuamMETHOD OF PROPOSAL SUBMISSION:All quotes must be sent via email to lisa.fielding@navy.mil. Quotes shall include delivered price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 517121, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Quotes must be received no later than December 13, 2022 at 1:00 pm EST.******* End of Combined Synopsis/Solicitation ********

Location

Place Of Performance : N/A

Country : GUAM City : PITI

You may also like

CTLL000266EBM 10GB ETHERNET IP BACKBONE CIRCUIT

Due: 21 Sep, 2026 (in about 2 years)Agency: DEPT OF DEFENSE

EIMI000132EBM---INTERNET PROTOCOL SERVICE (IPS)

Due: 30 Jul, 2032 (in about 8 years)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification