Local Telecommunication Services (LTS)

expired opportunity(Expired)
From: Federal Government(Federal)
W50S8124QA012

Basic Details

started - 21 Mar, 2024 (1 month ago)

Start Date

21 Mar, 2024 (1 month ago)
due - 29 Mar, 2024 (1 month ago)

Due Date

29 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
W50S8124QA012

Identifier

W50S8124QA012
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709024)DEPT OF THE ARMY (133114)NGB (17512)W7NE USPFO ACTIVITY MAANG 104 (109)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (4)

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.

Amendment 0001 is hereby posted. The purpose of this amendment is to extend the proposal due date from 22Mar24 to 29Mar24. Please ensure you acknowledge any and all solicitation amendments with your RFQ. All other terms and conditions remain unchanged and in full force and effect.-----------------------------------------------(i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.(ii) The solicitation number is W50S8124QA012, is hereby issued as a Request for Quote (RFQ) for Local Telecommunication Services (LTS) at Barnes Air National Guard in Westfield, MA. A contract will be awarded without discussions as a single, Firm-Fixed Price (FFP) award utilizing FAR Part 13, Simplified Acquisition
Procedures.(iii) This solicitation document incorporates provisions and clauses for are those in effect through Federal Acquisition Circular 2024-03, dated 02/23/2024 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 01/22/2024. It is the contractor's responsibility to become familiar with applicable clauses and provisions by visiting https://www.acquisition.gov/.(iv) This solicitation is a 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) is 517111; Small Business Size Standard of 1,500 employees.(v) List of Contract Line Item Numbers (CLIN)CLIN 0001 – Local Telecommunication Services (LTS) – Base Year, Quantity – 12, Unit of Issue – MonthsCLIN 1001 – Local Telecommunication Services (LTS) – Option Period 1, Quantity – 12, Unit of Issue – MonthsCLIN 2001 – Local Telecommunication Services (LTS) – Option Period 2, Quantity – 12, Unit of Issue – MonthsCLIN 3001 – Local Telecommunication Services (LTS) – Option Period 3, Quantity – 12, Unit of Issue – MonthsCLIN 4001 – Local Telecommunication Services (LTS) - Option Period 4, Quantity – 12, Unit of Issue – Months(vi) Description of Requirement;(See attachment PWS "104FW LTS PWS") Local Telecommunications Service to include Long Distance. This requirement will provide essential local area Telecommunications Services (LTS), long distance trunking supporting Barnes ANGB, Westfield, MA. This requirement will re-home existing Local Telecommunication Services (LTS) that are currently provided on a low-speed time-division multiplexed (LSTDM) circuit with emulated session initiation protocol (SIP) trunks. All connectivity requirements and features currently transported over the existing LSTDM must be migrated over so that transition can occur without any loss of capability. This PWS is for managed SIP trunks. Site specific equipment connectivity requirements are identified in Appendix 1, along with required features. This LTS will support the installation 24 hours a day/seven days a week/365 days a year (24/7/365).The Contractor shall provide all labor, tools, facilities, materials, and services needed to perform and provide local access to the designated circuit demarcation point(s) identified in Appendix 1 of this PWS. These services shall include any equipment, wiring, or infrastructure to ensure the Contractor’s proposed solution is compatible with the Government’s current infrastructure without additional Government expenses. Access to the local exchange shall also include operator assistance functions. These services shall not include residential or business services for non-Government entities or Government contractors. The Contractor shall follow all Federal Communications Commission (FCC), Public Utility Commission (PUC), Department of Defense (DoD), AF, and industry standards for this requirement.The Contractor shall provide and install transmission equipment and cables for local exchange access and transport service circuits to the Government-provided floor space at the Government demarcation location(s) identified in Appendix 1. The Contractor shall connect to Government-provided power connection points and termination frames. The Contractor shall coordinate with the Government Point of Contact (POC) (primary and alternate names, emails, and telephone numbers shall be provided by the Government No Later Than (NLT) five days after contract award) prior to any installation. The Government does not authorize aerial cable installations.(vii) LTS to be provided to Barnes ANGB, Westfield, MA per the PWS. Performance will be an initial Base Year plus four (4) follow-on option periods. CLIN 0001 will be a base period of one (1) year to start at the NLT 30 days ADC.(viii) Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. (See attached SF-18 for full list of applicable provisions and clauses.) Addendum to FAR 52.212-1:(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation.(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on, SF 18, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show—(1) The solicitation number; W50S8124QA012(2) The time specified in the solicitation for receipt of offers on Block 10 of the SF 18.(3) Must include the following information: Company Name & Address, Point of Contract, Telephone, Email, Cage Code, DUNS Number, and Business Size. For your convenience, a CLIN schedule with the required fields is attached with this solicitation.(4) A technical narrative of the company's capacity to meet the serives described in the attached PWS "104FW LTS PWS". The narrative must be in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary.(5) Terms of any express warranty.(6) Price and any discount terms. Payment terms are 30 days after submission if not specified.(7) "Remit to" address, if different than mailing address or address in entity information on SAM.gov.(8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); If completed in SAM.gov, the contractor does not need to provide this with the quote.(9) Acknowledgment of Solicitation Amendments.(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm until 30 September 2024 if not time is specified in the quote, unless another time period is specified in an addendum to the solicitation.(d) RESERVED(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.(f) Late submissions, modifications, revisions, and withdrawals of offers.(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation.(2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.(3) RESERVED(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.(i) RESERVED(j) Unique entity identifier.(Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.(k) RESERVED(l) RESERVED(ix) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. (See attached SF-18 for full list of applicable provisions and clauses.) Addendum to FAR 52.212-2(a) The Government will award a contract resulting from this solicitation 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:Technical Capability, Price, and Past Performance where Price is as important as Technical Capabilities and Past Performance.Per addendum 52.212-1(b)(4), technical capability is defined as: A technical narrative of the company's capacity to meet the serives described in the attached PWS "104FW LTS PWS". The narrative must be in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(x) Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with your offer. If completed in SAM.gov, the contractor does not need to provide this with the quote. (See attached SF-18 for full list of applicable provisions and clauses.) (xi) Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (See attached SF-18 for full list of applicable provisions and clauses.) (xii) Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Clauses and provisions are incorporated by reference and by full text are listed below. FAR and DFARS clauses and provisions can be read in their full text at https://www.acquisition.gov/. The clauses are to remain in full effect in any resultant award. It is the contractor's responsibility to become familiar with the applicable provisions and clauses. (See attached SF-18 for full list of applicable provisions and clauses.) (xiii) IAW FAR 52.204-16, prospective awardees shall have an active Cage Code prior to award of a Government contract. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/SAM/. All vendors interested and capable of obtaining contract award must be registered with the Wide Area Work Flow (WAWF) located at https://piee.eb.mil/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered.(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition.(xv) Quotes must be submitted via email no later than IAW Addendum to FAR 52.212-1, paragraph B.2. to 104.fw.msc@us.af.mil with solicitation number W50S81-24-Q-A002 in the subject line. Requests for Information (RFI) concerning this requirement must be submitted in writing to the email listed above NLT COB 12 March 2024. ***The Government will not answer questions via telephone.(xvi) Questions concerning this soliciting should be directed to MSgt Bradford Erdmann at 104.fw.msc@us.af.mil.APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference and by full text. FAR and DFARS clauses and provisions can be read in their full text at https://www.acquisition.gov/. The clauses are to remain in full force in any resultant contract. It is the contractor’s responsibility to become familiar with the applicable provisions and clauses.

Westfield ,
 MA  01085  USALocation

Place Of Performance : N/A

Country : United StatesState : MassachusettsCity : Westfield

Office Address : KO FOR MAANG DO NOT DELETE 175 FALCON DR BARNES ANGB WESTFIELD , MA 01085-1482 USA

Country : United StatesState : MassachusettsCity : Westfield

You may also like

Telecommunication Services & Equipment

Due: 06 Sep, 2024 (in 4 months)Agency: Central Purchasing Division

FCC Yazoo City - FY 2024 WIRED TELECOMMUNICATION SERVICES (TELEPHONE SERVICES)

Due: 30 Apr, 2024 (in 1 day)Agency: JUSTICE, DEPARTMENT OF

Nebraska ANG Local Telecommunication and Long-Distance Services

Due: 14 May, 2024 (in 15 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

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

Classification

naicsCode 517111Wired Telecommunications Carriers
pscCode DG11IT AND TELECOM - NETWORK: TELECOM ACCESS SERVICES