Cable Television service

expired opportunity(Expired)
From: Federal Government(Federal)
N68095-17-Q-5002

Basic Details

started - 26 Sep, 2017 (about 6 years ago)

Start Date

26 Sep, 2017 (about 6 years ago)
due - 29 Sep, 2017 (about 6 years ago)

Due Date

29 Sep, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
N68095-17-Q-5002

Identifier

N68095-17-Q-5002
Department of the Navy

Customer / Agency

DEPT OF DEFENSE (706008)DEPT OF THE NAVY (156409)NAVSUP (78808)NAVSUP OTHER HCA (5929)BUMED (4116)NAVY MEDICINE WEST (2308)NAVAL HOSPITAL (472)
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.

Added: May 25, 2017 5:23 pm Modified: Sep 26, 2017 5:56 pm Track Changes ***This requirement is being cancelled, a new requirement will be posted*** This is a combined synopsis/solicitation for commercial supply and services prepared in accordance with the format in FAR 13, 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. The solicitation number is N68095-17-Q-5002 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and DFARS DPN 20161222. The associated North American Industrial Classification System (NAICS) code for this procurement is 515210 with a small business size standard of 1,000 employees. This requirement is full and open competition. Naval Hospital Bremerton, Washington
intends to enter into a Firm Fixed Price contract for the following requirement: Provide and install high definition cable television service in accordance with the attached statement of work (SOW). To include a base year contract and four option years. Bid must be good for a minimum of 90 calendar days after close of the RFQ. Terms are Net 30. In addition to price, responses shall include the following: (1) Cage Code: (2) Dun & Bradstreet #: (3) Tax ID #: (4) Special Small Business Sub-Category (if applicable): (5) Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. (6) If quoting on a GSA Schedule, please provide Schedule Number and Expiration Date. This will be a Government Purchase Order with payment through the Wide Area Workflow (WAWF), https://wawf.eb.mil/. WAWF is the DoD mandated invoicing method for Government orders. Payment terms are Net 30, as the Government does not pay in advance for any services being rendered, and must be in arrears to prevent invoice rejection. Payment is then made by EFT through the Defense Finance Service Center (DFAS). To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, the following clauses in paragraph (b): 52.222-17, 52.222-21, 52.222-26, 52.222-41, 52.222-50, and 52.222-55. FAR Clauses: 52.204-7, 52.204-9, 52.204-10, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 52.209-6, 52.209-10, 52.209-11, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-36, 52.222-42, 52.222-46, 52.222-50, 52.222-99(Dev), 52.223-5, 52.223-18, 52.225-13, 52.232-33, 52.232-39, 52.232-40, 52.233-1, 52.233-3, 52.233-4, 52.234-1, 52.237-2, 52.243-1, 52.244-6, 52.245-1, 52.245-9, 52.246-16, 52.247-34, 52.252-2, and 52.252-6. DFARS Clauses: 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7004 Alt A, 252.204-7008, 252.204-7009, 252.204-7012, 252.204-7015, 252.211-7003, 252.211-7008, 252.223-7006, 252.223-7008, 252.225-7001, 252.211-7002, 252.225-7048, 252.232-7003, 252.232-7006, 252.232-7010, 252.237-7010, 252.243-7001, 252.245-7001, 252.245-7002, 252.245-7003, 252.245-7004, 252.247-7023, and 252.246-7000. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. Award will be made to the lowest priced, technically acceptable, responsive, and responsible Offeror. This is a competitive LPTA selection in which technical acceptability is considered the most important factor. By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All technically acceptable offers, with satisfactory past performance, shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The Government intends to select ONE contractor for award of this effort. Contracting Office Address: Naval Hospital Bremerton 1 Boone Rd. C/09/MM Bremerton, WA 98312 There will be a mandatory site visit at the location listed below on Thursday, 6/1/17 at 10:00 am. Cable TV Service Scope of Work Provide high definition cable television service to Naval Hospital Bremerton (NHB). Cost proposal to include pricing various channel packages and/or ala cart options for selection by NHB. Cable distribution infrastructure currently delivers service to 85 cable drops. Cost proposal should enable expansion to 90 drops without increase in contract price. Provider is responsible to fund and install whatever infrastructure is necessary to deliver content to service delivery point in the B1 North Penthouse, in a format compatible with NHB existing cable distribution infrastructure. Installation or modification of infrastructure must be approved and coordinated with the NHB Facility Management Department (including routing paths, electrical power, component locations, outages, etc.). Service calls for outages due to equipment failure or damage or loss of service must be addressed within 24 hours or the next business day, whichever is soonest. Coordinate with Base Operating Service Contract (BOSC) for system repairs.

Naval Hospital Bremerton 1 Boone Rd. C/09/MM Bremerton, Washington 98312 United StatesLocation

Place Of Performance : Naval Hospital Bremerton 1 Boone Rd. C/09/MM

Country : United States

You may also like

CABLE TELEVISION SERVICE

Due: 30 Sep, 2025 (in 17 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

SATELLITE TELEVISION SERVICE

Due: 13 Feb, 2025 (in 9 months)Agency: DRUG ENFORCEMENT ADMINISTRATION

Classification

515 -- Broadcasting (except Internet)/515210 -- Cable and Other Subscription Programming
naicsCode 515210
pscCode DIT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS