Internet services

expired opportunity(Expired)
From: Federal Government(Federal)
N3225324RC14014

Basic Details

started - 11 Apr, 2024 (19 days ago)

Start Date

11 Apr, 2024 (19 days ago)
due - 22 Apr, 2024 (8 days ago)

Due Date

22 Apr, 2024 (8 days ago)
Bid Notification

Type

Bid Notification
N3225324RC14014

Identifier

N3225324RC14014
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709800)DEPT OF THE NAVY (157107)NAVSEA (28152)NAVSEA SHIPYARD (4859)PORTSMOUTH NAVAL SHIPYARD GF (1440)
[object Object]

SetAside

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

Attachments (2)

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.

COMBINED SYNOPSIS/SOLICITATION NOTICE:Requirement Title: Internet servicesSolicitation Number: N3225324RC14014Response Deadline: April 22,2024 at 0800 ESTPOC: Raymond Dennis, Raymond.j.dennis.civ@us.navy.mil , 207-994-0743GENERAL INFORMATION:1. 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 Paper copies of this solicitation will not be available. This combined synopsis/solicitation SHALL be posted on SAM.GOV .2. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-03 and DFARS Change Notice 20240326. 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 http://www.acq.osd.mil/dpap/dars/change_notices.html.3. This solicitation is being issues as a(n): Request For Quotation (RFQ)4. This acquisition is for: Total Small Business Set-Aside5. North American Industry Classification System Code (NAICS): 517121 Telecommunications resellers6. The size standard is: 1500 EmployeesREQUIREMENT INFORMATION:The Portsmouth Naval Shipyard requests responses from sources capable of providing the following:• Required Delivery Date/Period of Performance: 05/03/2024 to 05/02/2025• Place of Performance: Guam in support of Pearl Harbor Naval Shipyard & IMF, 667 Safeguard St, DLA Receiving, Joint Base Pearl Harbor - Hickham (JBPHH), HI 96860-5033•• METHOD OF PROPOSAL SUBMISSION:Offers shall be submitted through SAM.gov. All responsible sources may submit a quote which shall be considered by the agency.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/.REQUEST FOR QUOTATIONN3904024RC40214THIS IS NOT AN ORDER PLEASE PROVIDE DELIVERED PRICES, AVAILABILITY, AND PRICE SOURCE WITH QUOTEREFERENCE # N3225324RC14014 DUE DATE: 04/22/2024 08:00 AM ETFrom: Portsmouth Naval Shipyard Your company info: Raymond.j.dennis.civ@us.navy.mil Name:Contracting, Code 410 POC:Kittery, ME 03904 (P)PHONE: 207-994-0743 Email:Cage Code:BUSINESS SIZE (circle one): SMALL LARGE PAYMENT TERMS ______%______DAYSMOBILIZATION TIME: _________ARO PRICES DERIVED FROM (CHECK ONE)F.O.B. DESTINATION, Y____N____ ___COMMERCIAL PRICE LIST DATEDIF NO, SHIPPING COST__________. ___INTERNAL PRICE LIST DATED___OTHER ( PLEASE EXPLAIN )Please indicate your preferred payment method by checking one of the options below. Payment options available are WAWF and GCPC: Government Commercial Purchase Card (up to $100,000). Please ensure that you register for WAWF (www.wawftraining.com)GCPC_____ WAWF (Wide Area Workflow) _____*Please note that purchase card orders are not paid up front. Once material is received, a Government cardholder may be contacted for purchase card information._X__ If checked, to be awarded on an “All or None” basis, and CPARS evaluation procedures apply.YOUR SIGNATURE___________________________________DATE________________________ITEMDESCRIPTIONQTYUnit PriceTotal0001See Required Product List• For evaluation purposes, please provide any applicable procedures and technical information. If no information is provided, your quotation may be determined to be unresponsive.• Award may be made on the basis of Lowest Price technically acceptable.• Please provide published commercial labor rates and breakdown of total prices, if applicable, for Price Justification purposes.• See Below for Detailed Statement of Work and Applicable Clauses.ALL OFFERS SHALL INCLUDE THIS FORM FILLED OUT IN ITS ENTIRETY (HIGHLIGHTED YELLOW FIELDS ARE REQUIRED).REQUEST FOR QUOTATIONN3904024RC40214CLAUSES:Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement:The following additional FAR provision and clauses are applicable to this procurement:52.204-7 System for Award Management52.204-13 SAM Maintenance52.204-16 Commercial and Government Entity Code Reporting52.204-17 Ownership or Control of Offeror52.204-19 Incorporation by Reference of Representations and Certifications52.204-20 Predecessor of Offeror52.204-21 Basic Safeguarding of Covered Contractor Information Systems52.204-22 Alternative Line Item Proposal52.204-26 Covered Telecommunications Equipment or Services-Representation52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-- Representation52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction52.252-2 Clauses Incorporated by Reference52.252-6 Authorized Deviations in ClausesAdditional DFARS contract terms and conditions applicable to this procurement are:252.203-7000 Requirements Relating to Compensation of Former DOD Officials252.203-7002 Requirement to Inform Employees of Whistleblower Rights252.204-7003 Control of Government Personnel at Work Product252.204-7006 Billing Instructions252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System252.204-7008 Compliance with Safeguarding Covered Defense Information Controls252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident252.204-7015 Disclosure of Information to Litigation Support Contractors252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.252.225-7048 Export-Controlled Items252.232-7003 Electronic Submission of Payment Requests and Receiving Reports252.232-7006 Wide Area Work Flow Payment Instructions252.232-7010 Levies on Contract Payments252.244-7000 Subcontracts for Commercial Items252.247-7023 Transportation of Supplies by SeaNAVSEA CLAUSESC-202-H001 ADDITIONAL DEFINITIONS–BASICC-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILESC-211-H018 APPROVAL BY THE GOVERNMENTC-212-W002 COMMERCIAL SUPPLIER AGREEMENTSC-227-H010 COMPUTER SOFTWARE AND COMPUTER DATA BASES DELIVEREDREQUEST FOR QUOTATIONN3904024RC40214TO OR RECEIVED FROM THE GOVERNMENTC-246-H001 EXTENSION OF COMMERCIAL WARRANTYD-211-H004 IDENTIFICATION MARKING OF PARTS--BASIC (NAVSEA)D-247-H002 PACKAGING OF SUPPLIES—BASIC (NAVSEA)D-247-W001 PROHIBITED PACKING MATERIALS (NAVSEA)F-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 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES52.212-2 Evaluation—Commercial Products and Commercial Services.The Government intends to award a single firm-fixed price task order to the lowest-priced, technically acceptable Offeror based on an evaluation of the following criteria.-Technical Acceptability- PriceTechnical Acceptability: Vendors quoting other than internet services In accordance with FAR subpart 19.502, will be rated technically unacceptable and no longer eligible for award. If the Technical Submission does not meet the minimum requirements it will be rated as “Unacceptable”, and will no longer be considered for award.Technical Evaluation Ratings:Rating: AcceptableDescription: Submission by an Authorized Reseller that clearly meets the minimum requirements of the solicitationRating: UnacceptableDescription: Submission does not clearly meet the minimum requirements of the solicitation.Price: Price will not be evaluated on quotations found to be Unacceptable under the Technical Approach Factor. The Government will determine whether prices are complete and fair and reasonable. Prices that are unreasonable, or incomplete may be eliminated from further consideration. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.System for Award Management (SAM): Vendor 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/.(END OF COMBINED SYNOPSIS/SOLICITATION)

JBPHH ,
 HI  96860  USALocation

Place Of Performance : N/A

Country : United StatesState : HawaiiCity : Joint Base Pearl Harbor-Hickam

Office Address : PORTSMOUTH NH 03801-5000 PORTSMOUTH , NH 03801-5000 USA

Country : United StatesState : New HampshireCity : Portsmouth

You may also like

PRIMARY INTERNET SERVICE PROVIDER NETWORK AND WI-FI SERVICES FOR THE USAID HONDURAS OFFICES

Due: 01 Jan, 2025 (in 8 months)Agency: AGENCY FOR INTERNATIONAL DEVELOPMENT

Internet Service for HSI Chicago

Due: 03 May, 2024 (in 2 days)Agency: HOMELAND SECURITY, DEPARTMENT OF

EO14042 SATELLITE INTERNET SERVICES FOR REMOTE ALASKA, BASE PLUS OPTIONS

Due: 30 Nov, 2026 (in about 2 years)Agency: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION

Please Sign In to see more like these.

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

Classification

naicsCode 517121Telecommunications Resellers
pscCode 7G21IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)