Wireless Services for CRG-1 Det Guam

expired opportunity(Expired)
From: Federal Government(Federal)
N0060420Q4024

Basic Details

started - 27 Mar, 2020 (about 4 years ago)

Start Date

27 Mar, 2020 (about 4 years ago)
due - 06 Apr, 2020 (about 4 years ago)

Due Date

06 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
N0060420Q4024

Identifier

N0060420Q4024
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698364)DEPT OF THE NAVY (154967)NAVSUP (77970)NAVSUP GLOBAL LOGISTICS SUPPORT (14162)NAVSUP FLC PEARL HARBOR (515)NAVSUP FLT LOG CTR PEARL HARBOR (515)

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 information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 13 as supplemented with the additional information included in this notice.  This announcement constitutes the only solicitation; a written solicitation will not be issued.  PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to Beta.SAM (https://beta.sam.gov/). The RFQ number is N0060420Q4024.  This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-04 and DFARS Publication Notice 20200114.  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:
target="_blank">https://www.acquisition.gov/far/    and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.  The NAICS code is 517312 and the Small Business Standard is 1,500 employees. This is a competitive, unrestricted action.The Small Business Office concurs with the set-aside decision.The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing cellular phone services for the Coastal Riverine Group One (CRG-1), located in Guam, in accordance with Attachment 2 – Statement of Work and Attachment 3 – Countries Worksheet.CLIN 0001 -  12 Months, UNLIMITED iPhone Plan (iPhone 8 and above will be acceptable to the Government) for 39 units to include the following:International, Local/Guam, U.S. voice calling, SMS, and data services with roaming capabilityEmergency 911 surchargesLocal Number Portability (LNP)CLIN 0002 -  12 Months UNLIMITED Mobile Hotspot data service plan to include international data service with data roaming capability; Total 2 units.The Period of Performance is 01 May 2020 through 30 April 2021. Responsibility and Inspection:  unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Attachment 1 – 52.212-3 Alt 1 Reps & CertsAttachment 2 – Statement of WorkAttachment 3 – Countries WorksheetQuestions regarding the solicitation:  Questions shall be submitted electronically to christine.nakata@navy.mil.  Oral queries will not be accepted.  Emails sent to this address shall clearly reference the RFQ # N0060420Q4024 in the subject line. Other methods of submitting questions will not be acknowledged or addressed.  Questions may be submitted at any day and time, but not later than 10:00 AM (Hawaii Standard Time) on 01 April 2020. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible.A complete quote in response to this Combined Synopsis/Solicitation must include a completed Attachment 1 – 52.212-3 Alt 1 Reps & Certs (if Reps & Certs are not current in SAM), Acknowledgement on Attachment 2 – Statement of Work (page 4) & Attachment 3 – Countries Worksheet.The following FAR provision and clauses are applicable to this procurement: 52.204-7          System for Award Management52.204-13        System for Award Management Maintenance52.204-16        Commercial and Government Entity Code Reporting52.204-18        Commercial and Government Entity Code Maintenance52.204-24        Representation Regarding Certain Telecommunications and Video Surveillance Services orEquipment52.212-1          Instructions to Offerors—Commercial Items52.212-4          Contract Terms & Conditions—Commercial Items52.212-5          Contract Terms & Conditions Required to Implement Statutes or Executive Orders-CommercialItems52.204-10        Reporting Executive Compensation & First-Tier Subcontract Awards52.209-6          Protecting the Government’s Interest When Subcontracting with Contractors Debarred,                        Suspended, or Proposed for Debarment52.219-4          Notice of Price Evaluation Preference for HUBZone SB Concerns52.219-28        Post Award Small Business Program Representation52.222-3          Convict Labor52.222-21        Prohibition of Segregated Facilities52.222-26        Equal Opportunity52.222-36        Equal Opportunity for Workers with Disabilities52.222-50        Combatting Trafficking in Persons52.223-18        Encouraging Contractor Policies to Ban Text Messaging while Driving52.232-33        Payment by Electronic Funds Transfer—System for Award Management52.232-40        Providing Accelerated Payments to Small Business SubcontractorsAdditional contract terms and conditions applicable to this procurement are: 252.203-7000   Requirements Relating to Compensation of Former DOD Officials252.203-7005   Representation Relating to Compensation of Former DOD Officials252.204-7015   Notice of Authorized Disclosure of Information for Litigation Support252.204-7016   Covered Defense Telecommunications Equipment or Services--Representation252.204-7017   Prohibition on the Acquisition of Covered Defense Telecommunications Equipment orServices—Representation252.204-7018   Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services252.232-7003   Electronic Submission of Payment Requests and Receiving Reports252.232-7006   Wide Area Workflow Payment Instructions252.232-7010   Levies on Contract Payments252.237-7010   Prohibition on Interrogation of Detainees by Contractor Personnel252.239-7009   Representation of Use of Cloud Computing252.239-7010   Cloud Computing Services252.244-7000   Subcontracts for Commercial Items252.246-7008   Sources of Electronic Parts252.247-7023   Transportation of Supplies by SeaThis announcement will close at 10:00 AM (Hawaii Standard Time) on 06 April 2020.  Contact Christine Nakata who can be reached via email at: christine.nakata@navy.mil.  Quotes shall be submitted electronically via email to Christine Nakata, email christine.nakata@navy.mil .  Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. Award decision will be made using the Lowest Priced Technically Acceptable (LPTA) method. The final contract award will be based on a determination of responsibility and the lowest priced technically acceptable offer.Price: Quoters shall submit a price for each item listed in this Notice. In determining whether a price is fair and reasonable, the government may use historical data, independent Government estimates in its price analysis, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b).Technical: The Quoter’s technical acceptability will be evaluated against the requirements in the Statement of Work. The Quoter’s quote must clearly state that all services will be provided as requested and the Quoter does not take any exceptions to the Statement of Work requirements in their entirety.  Technical Acceptability will be rated on an “acceptable” or “unacceptable” basis using the ratings in the table below.Technically Acceptable/Unacceptable RatingsAcceptable: Offer clearly meets the minimum technical requirements of the solicitationUnacceptable: Offer does not clearly meet the minimum technical requirements of the solicitationResponsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1.The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: System for Award Management (SAM), Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS) and or the Federal Awardee Performance and Integrity Information System (FAPIIS).Issuance of a purchase order. The Government intends to evaluate quotations and issue a purchase order based upon initial quotations received. Therefore, the Quoter’s initial quotation should contain the Quoter’s best terms from a price and technical standpoint. However, the Government reserves the right to request revised quotations from, or negotiate final purchase order terms with Quoters if it is later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise utilize the formal source selection procedures described at FAR Part 15.  The Government may reject any or all quotations if such action is in the public interest; issue a purchase order to other than the Quoter with the lowest price; and waive informalities and minor irregularities in quotations received. It is the Quoter’s responsibility to ensure that there are no discrepancies presented within the information contained in its quote. Potential quoters are hereby notified that in the event there are discrepancies within information in a quote received by the Government, or in comparison to Government information provided in the solicitation, the Government reserves the right to apply its judgment to resolve such discrepancies during the evaluation of the quotes without conducting discussions.System for Award Management (SAM). Quoters 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/.All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quoters are advised that delays can be experienced with the Government’s email system. Additionally, the email system capacity for each email is 10 MB.  Emails greater than 10 MB will not be delivered and consequently will not be considered.  Therefore, quotations exceeding the size limit must be sent via multiple emails.  Zip Files are not accepted. Quotes will not be accepted by facsimile. Oral quotes will not be accepted.   Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.******* End of Combined Synopsis/Solicitation *******

SUITE 100 1942 GAFFNEY STREET  PEARL HARBOR , HI 96860-4549  USALocation

Place Of Performance : SUITE 100 1942 GAFFNEY STREET PEARL HARBOR , HI 96860-4549 USA

Country : United StatesState : Hawaii

You may also like

WIRELESS COMMUNICATION SERVICES

Due: 23 Oct, 2024 (in 6 months)Agency: DRUG ENFORCEMENT ADMINISTRATION

RFP/CORP/DAIM/2401-1240211/Wireless Mobility Services

Due: 29 Mar, 2024 (Tomorrow)Agency: ATLANTA, CITY OF

WIRELESS CELLULAR AND BROADBAND SERVICES

Due: 30 Apr, 2025 (in 13 months)Agency: OFFICE OF THE SECRETARY

Please Sign In to see more like these.

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

Classification

naicsCode 517312
pscCode D304