This is a combined synopsis/solicitation for 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; quotes are being requested and a written solicitation will not be issued. Solicitation #W50S7L-21-R-0006 is issued as a Request for Proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06, Effective 12 July 2021 and DFARS Current to DPN 20210709, Effective 9 July 2021, Edition.
This requirement is for Full and Open Competition IAW FAR 6.1. NAICS Code – 517311. Size standards are 1,500 employees.
This RFP has twenty (20) line items. CLINs 0001 – 0004 are for the current base year. The remaining CLINs (0005-0020) are for the four subsequent options years. A Firm Fixed Price (FFP) type purchase order is anticipated. All items are BRAND NAME or EQUAL.
CLIN
Description
Qty
0001
Voice & Data
12 Months
0002
E911 Services
12 Months
0003
Taxes/Fees/Surcharges
12 Months
0004
Non-Recurring Charges
1 Job
0005
Voice & Data OY1
12 Months
0006
E911 Services OY1
12 Months
0007
Taxes/Fees/Surcharges OY1
12 Months
0008
Non-Recurring Charges OY1
1 Job
0009
Voice & Data OY2
12 Months
0010
E911 Services OY2
12 Months
0011
Taxes/Fees/Surcharges OY2
12 Months
0012
Non-Recurring Charges OY2
1 Job
0013
Voice & Data OY3
12 Months
0014
E911 Services OY3
12 Months
0015
Taxes/Fees/Surcharges OY3
12 Months
0016
Non-Recurring Charges OY3
1 Job
0017
Voice & Data OY4
12 Months
0018
E911 Services OY4
12 Months
0019
Taxes/Fees/Surcharges OY4
12 Months
0020
Non-Recurring Charges OY4
1 Job
FOB Destination. The Ship To Location is 120 AIRLIFT WING, 2800 AIRPORT AVENUE B, Great Falls, MT 59404-5570. To be delivered/installed within 8 weeks ADC to the address listed above.
A site visit will be held at 9:00 AM, on Thursday, 10 Septmeber 2021, at the Montana Air National Guard, 2800 Airport Ave B, Great Falls MT 59404. Questions are due by 9:00 AM, 15 September 2021.
Project Description and Scope
***All services are to be performed in accordance with the attached Performance Work Statement. ***
The offeror shall include descriptive literature such as technical specifications, brochures or other manufacturing information that fully describes the item being offered.
The following clauses and provisions can be viewed through Internet access at http://www.acquisition.gov/far
The following provisions are included in this acquisition:
FAR 52.212-1, Instruction to Offerors - Commercial Items, (Jan 2017)
FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria outlined in all CLINs,
FAR 52.212-3, Offeror Representation and Certifications – Commercial Items (Nov 2017)
The following clauses are applicable to this acquisition.
FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017)
FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Jul 2018) (Deviation)
FAR 52.211-6, Brand Name or Equal (Aug 1999);
FAR 52.232-18, Availability of Funds (Apr 1984)
FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
FAR provision 52.204-26(c)(1) Covered Telecommunications Equipment or Services Representation.
**SPECIAL REMARKS** All firms must be registered and active in the System for Award Management database @ www.sam.gov. NO EXCEPTIONS.
For information regarding this solicitation, contact MSgt Anthony Barille, anthony.barille@us.af.mil or 406-791-0246. Questions are due by
Proposals are due no later than 9:00 AM, MST on Wednesday, 29 September 2021. Only emailed proposals will be accepted. No special format or form is required for your proposal.