D--All Inclusive Wireless Services 30th Naval Construction Regiment Guam
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
**Amendment to revise Attachment 3 - Statement of Work**
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 on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/).
The RFQ number is N0060419Q4070. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-03 and DFARS Publication Notice 20190628.
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/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 decision.
The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing All Inclusive Wireless Service(s) for the 30th Naval Construction Regiment (30th NCR) located in Guam, in accordance with Statement of Work (Attachment 3):
CLIN 0001 – All Inclusive Wireless Service (Base Year)
Period of Performance 23 August 2019 – 22 August 2020
CLIN 1001 – All Inclusive Wireless Service (Option Year 1)
Period of Performance 23 August 2020 – 22 August 2021
CLIN 2001 – All Inclusive Wireless Service (Option Year 2)
Period of Performance 23 August 2021 – 22 August 2022
CLIN 3001 – All Inclusive Wireless Service (Option Year 3)
Period of Performance 23 August 2022 – 22 August 2023
CLIN 4001 – All Inclusive Wireless Service (Option Year 4)
Period of Performance 23 August 2023 – 22 August 2024
The following attachments are applicable:
Attachment 1 – Quote Sheet
Attachment 2 – Services Worksheet
Attachment 3 – Statement of Work
A complete quote in response to this combined synopsis/solicitation shall include the completion and submission of Attachment 1 and Attachment 2.
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 provision and clauses are applicable to this procurement:
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-21 Basic Safeguarding of Covered Contractor Information Systems
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-1 Instructions to Offerors—Commercial Items
52.212-2 Evaluation—Commercial Items
52.212-3 Offeror Representations and Certifications—Commercial Items--Alternate I
52.212-4 Contract Terms and Conditions—Commercial Items
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items
52.217-5 Evaluation of Options
52.217-9 Option to Extend the Term of the Contract
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Veterans
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33 Payment by Electronic Funds Transfer—System for Award Management
52.232-36 Payment by Third Party
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions
252.232-7010 Levies on Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000 Subcontracts for Commercial Items
252.246-7008 Sources of Electronic Parts
252.247-7023 Transportation of Supplies by Sea--Basic
This announcement will close at 1000 Hawaii Standard Time (HST) on August 13, 2019.
All quotations shall be submitted to Robert Dunn via email at Robert.dunn@navy.mil. All responsible sources may submit a quote which shall be considered by the agency.
FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award to the responsible Quoter whose quote offers the best value to the Government, price and non-price factors considered. In determining the best value to the Government, the combined non-cost/price factors are equally important to the cost/price factor. The Quoters are advised that the quotation meeting the solicitation requirements with the lowest price may not be selected for award if award to a higher priced Quoter is determined to be more advantageous to the Government.
However, the perceived benefits of the higher priced quotation must merit the additional price.
Factor 1: Technical
The Government will evaluate the Quoter’s Service Worksheet (Attachment (2)) for capability to
provide service(s) in required countries, direct dialing, and automatic roaming.
Factor 2: Price
The quoter’s Quote Sheet (Attachment (1)) will be checked for mathematical correctness in all computations, making sure that all prices are summarized correctly to ensure completeness and accuracy. Changes to
the evaluation quantities, blanks or zeros in the pricing columns, and/or mathematical mistakes
are subject to clarification for confirmation of the Quoter’s intent. These factors will be used to
assess whether the quote is complete and accurate, and to minimize performance risk.
The total
contract price will be calculated by adding the totals of the base year and all option years.
Rating Methods:
The Technical factor will be rated on an acceptable/unacceptable basis. In order to be considered acceptable, the quotation must meet the minimum country requirements for service(s), direct dialing, and automatic roaming. A quotation is unacceptable if it fails to meet the minimum country requirements for service(s), direct dialing, and automatic roaming.
For any questions, please contact Robert Dunn via email at Robert.dunn@navy.mil. Questions Submission: Interested offerors must submit questions concerning the solicitation at the earliest time possible to enable timely response.
Please submit questions no later than August 09, 2019 at 1000 HST. Questions received after deadline will not be considered.
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. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
******* End of Combined Synopsis/Solicitation ********