TV Satellite Services for six (6) locations at PNSY
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159932641210335 |
Posted Date: | Mar 9, 2023 |
Due Date: | Mar 10, 2023 |
Solicitation No: | N3904023Q0087 |
Source: | https://sam.gov/opp/cf02e5c047... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Updated Published Date: Mar 09, 2023 03:53 pm EST
- Original Published Date: Feb 24, 2023 08:59 am EST
- Updated Date Offers Due: Mar 10, 2023 04:00 pm EST
- Original Date Offers Due: Mar 09, 2023 11:59 am EST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Mar 25, 2023
- Original Inactive Date: Mar 24, 2023
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: DG10 - IT AND TELECOM - NETWORK AS A SERVICE
-
NAICS Code:
- 517410 - Satellite Telecommunications
-
Place of Performance:
Kittery , ME 03904USA
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR part 12, using Simplified Acquisition Procedures, 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 SAM.gov. The Request for Quotation (RFQ) number is N3904023Q0087. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-01 and DFARS Change Notice 2022-1230. 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.
The NAICS code is 517410 and the Small Business Standard is $38.5 million. This is a Total Small Business Set Aside requirement.
The Portsmouth Naval Shipyard requests responses from sources capable of providing the following:
TV Satellite channel access for six (6) locations; Rental of seven (7) TV Satellite equipment assemblies; Trouble Calls & Maintenance for each location; Installation of equipment - all in accordance with the attached Statement of Work and Request for Quote.
- This requirement is for a firm fixed price contract.
- The contract will be awarded using simplified acquisition procedures in accordance with FAR part 12.
- Place of Performance: Portsmouth Naval Shipyard, Kittery, ME.
- Period of Performance: 4/8/2023-4/7/2024 with four (4) one (1) year options.
See the following attached documents for details:
- Attachment 1 – Statement of Work (SOW)
- Attachment 2 - Request for Quotation (RFQ)
CLAUSES:
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:
52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-2 Security Requirements
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
52.204-17 Ownership or Control of Offeror
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications.
52.204-20 Predecessor of Offeror
52.204-21 Basic Safeguarding of Covered Contractor Information Systems
52.204-22 Alternative Line Item Proposal
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.204-26 Covered Telecommunications Equipment or Services - Representation
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation
52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction
52.212-1 Instructions to Offerors--Commercial Items
52.212-2 Evaluation - Commercial Item
52.212-3 Alt 1 Offeror Representations and Certifications--Commercial Items
52.212-4 Contract Terms and Conditions--Commercial Items
52.217-5 Evaluation of Options
52.217-9 Option to Extend the Term of the Contract
52.219-1 Alt Small Business Program Representations
52.219-6 Notice of Total Small Business Set-Aside
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
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-41 Service Contract Labor Standards
52.222-42 Statement Of Equivalent Rates For Federal Hires
52.222-50 Combating Trafficking in Persons
52.222-55 Minimum Wages Under Executive Order 13658
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions
52.232-33 Payment by Electronic Funds Transfer--System for Award Management
52.232-36 Payment by Third Party
52.232-39 Unenforceability of Unauthorized Obligations
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
52.237-2 Protection Of Government Buildings, Equipment, And Vegetation
52.242-15 Stop-Work Order
52.247-34 F.O.B. Destination
52.252-1 Solicitation Provisions Incorporated By Reference
52.252-2 Clauses Incorporated By Reference
C-202-H001 ADDITIONAL DEFINITIONS – BASIC
C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (OCT 2018)
C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019)
C-223-H003 EXCLUSION OF MERCURY (NAVSEA) (MAR 2019)
C-223-N002 RESTRICTIONS ON USE OF YELLOW MATERIAL (NAVSEA) (OCT 2018)
C-247-H001 PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018)
D-247-H002 PACKAGING OF SUPPLIES—BASIC (NAVSEA) (OCT 2018)
G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) (JUN 2018)
G-232-H004 GOVERNMENT PURCHASE CARD METHOD OF PAY (NAVSEA) (OCT 2018)
G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)
G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018)
G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (OCT 2018)
H-223-N001 INFORMATION ON EXPOSURE TO HAZARDOUS MATERIAL (NAVSEA) (JAN 2019)
Quoters should include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional DFARS contract terms and conditions applicable to this procurement are:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control Of Government Personnel Work Product
252.204-7006 Billing Instructions
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.
252.225-7048 Export-Controlled Items
252.231-7000 Supplemental Cost Principles
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
252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.243-7001 Pricing of Contract Modifications.
252.244-7000 Subcontracts for Commercial Items
252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System
252.246-7008 Sources of Electronic Parts
252.247-7023 Transportation of Supplies by Sea
52.212-1 Instructions to Offerors--Commercial Items
I. GENERAL
In addition to FAR 52.212-1, “Instructions to Offerors – Commercial Items” and any other instructions
contained elsewhere in this solicitation, the following information is provided:
Objections to any of the terms and conditions of the RFQ will constitute a deficiency which will make the offer unacceptable.
IMPORTANT NOTES:
- Vendors shall respond to all requirements of the solicitation document. Vendors are cautioned not to alter the solicitation.
- Initial quotes and any modifications thereto are to be submitted to the Contracting Office on or before the closing dated time cited elsewhere in this Request for Quote.
- Responses should be submitted via email only
- Please review all specifications carefully.
II. CONTENT OF QUOTE
- RFQ pricing and information pages completed by the vendor.
-
Technical Submission to include:
-
Submission of technical information demonstrating compliance with the specifications, including, but not limited to:
- Technical submission shall include the Manufacturer Name and Model Number of the specific unit(s) being proposed. The Government will only evaluate those specifically identified unit(s).
- Brochures pertaining to the pieces of equipment being quoted, to include, but not limited to: pictures of the equipment, and technical specifications of the equipment including model/series unit demonstrating compliance with the PWS and specifications. These should be readily identified by the item ID number.
- The details of any/all exceptions taken to the specification.
-
Submission of technical information demonstrating compliance with the specifications, including, but not limited to:
The completion and submission of the above items will constitute a quote and will be considered the vendor’s unconditional assent to the terms and conditions of this solicitation and any attachments and/or exhibits hereto. An objection to any of the terms and conditions of the solicitation will constitute a deficiency which will make the offer unacceptable. Potential contractors will be screened for contractor responsibility in accordance with
FAR Subpart 9.1.
52.212-2, Evaluation - Commercial Items is applicable to this procurement.
The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria:
- Technical Acceptability (Must meet specifications and document capabilities)
- Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule)
- Price (Lowest Price Technically Acceptable, after adherence to other factors)
Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.
Technical:
Please provide documentation demonstrating your capabilities in fulfilling the SOW.
Technical Evaluation Ratings
Rating
Description
Acceptable - Submission clearly meets the minimum requirements of the solicitation
Unacceptable - Submission does not clearly meet the minimum requirements of the solicitation
If the technical submittal is determined “Unacceptable”, it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as “Unacceptable” and will no longer be considered for further competition or award.
Schedule:
Please confirm availability for requested period of performance. If your company is unavailable for the requested period, please provide earliest available start. Please provide your best and fastest schedule. Award may be made to the vendor who can provide the soonest execution.
Price:
The Price will be evaluated as Lowest Price Technically Acceptable, however, the Contracting Officer reserves the right to award based on ability to meet the required schedule.
Past Performance:
PPIRS/CPARS information will be utilized to evaluate Past Performance and be rated on an acceptable/unacceptable basis. Vendors with no past performance information in the systems will be rated as “Acceptable”.
This announcement will close at 011:59 AM ET local time on 9 March, 2023. Contact Audrey Brown who can be reached by email: audrey.l.brown43.civ@us.navy.mil
METHOD OF PROPOSAL SUBMISSION: Offers shall be emailed. 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/.
All quotes shall include price(s), a point of contact, name, email address, phone/FAX number, CAGE Code, technical specifications of units offered (including brand), business size under the NAICS Code, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.
AMENDMENT 01: 3/2/23 Responses to industry questions as follows:
Q1: Is there a site map available that would indicate where the initial 6 installations are needed?
A1: See Attachment 3 - Shipyard Map. Installation locations can be anywhere along the areas highlighted “yellow”. No rooftop installations. Dishes will be installed on piers, not on barges. Bldg 27 will be installed on exterior wall of building.
Q2: Are there estimates of how far the coax runs would be in each location from the dish to where the receivers will be located?
A2: Coax to receiver locations will be approximately 100’.
Q3: Are there existing rooftop conduits for cabling to be run from the dish or will new conduits be needed? If new conduits are needed, will on-site staff be installing these or would this need to be included with the bid?
A3: No rooftop installations. Barge penetrations will be performed by PNSY personnel.
Q4: Would we be able to use non-penetrating roof mounts for the dishes or are the rooftops pitched in a manner that non-penetrating mounts cannot be used?
A4: No rooftop installations. Dishes will be installed on piers with vendor provided pole mounts and support brackets.
AMENDMENT 02: RFQ Deadline extended to 4:00PM EST March 10, 2023
******* End of Combined Synopsis/Solicitation ********
- PORTSMOUTH NH 03801-5000
- PORTSMOUTH , NH 03801-5000
- USA
- Audrey Brown
- audrey.l.brown43.civ@us.navy.mil
- Phone Number 2074518940
- Mar 09, 2023 03:53 pm ESTCombined Synopsis/Solicitation (Updated)
- Mar 02, 2023 11:58 pm EST Sources Sought (Inactive)
- Mar 02, 2023 09:55 am EST Combined Synopsis/Solicitation (Updated)
- Feb 24, 2023 08:59 am EST Combined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.