Combined Synopsis/Solicitation
i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. This acquisition is conducted using FAR Part 13 - Simplified Acquisition Procedures.
(ii) Competitive quotes are being requested under Request for Quote (RFQ) Number W912CN-22-Q-0017.
(iii) This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-04, Effective: January 30, 2022.
iv) The North American Industry Classification System (NAICS) code applicable to this acquisition is 515210, IT and Telecom – Telecommunications and Transmission. The small business size standard is $41.5 million. This procurement is issued as full and open competition.
(v) A list of contract line item number(s) and items, quantities, and units of measure:
Clin: 0001
Description OF REQUIREMENTS: CABLE MONTHLY SERVICE FEES
EXTENDED DESCRIPTION: The Contractor shall provide cable or similar television subscription in accordance with the attached SOR. Specific services are provided in the SOR.
QTY: 12
Unit of Issue: Month
Unit Price: _________________
Extended Price:_____________
Clin: 0002
Description OF REQUIREMENTS: SYSTEM SETUP & CONFIGURATION FFP
EXTENDED DESCRIPTION: The Contractor shall provide setup and installation, if necessary, in accordance with the attached SOR. Specific tasks and services are provided in the SOR.
QTY: 1
Unit of Issue: Each
Unit Price: _________________
Extended Price:_____________
Clin: 1001
Description OF REQUIREMENTS: CABLE MONTHLY SERVICE FEES
EXTENDED DESCRIPTION: The Contractor shall provide cable or similar Television subscription in accordance with the attached SOR. Specific services are provided in the SOR.
QTY: 12
Unit of Issue: Month
Unit Price: _________________
Extended Price:_____________
Clin: 2001
Description OF REQUIREMENTS: Cable MONTHLY SERVICE FEES
EXTENDED DESCRIPTION: The Contractor shall provide cable or similar Television subscription in accordance with the attached SOR. Specific services are provided in the SOR.
QTY: 12
Unit of Issue: Month
Unit Price: _________________
Extended Price:_____________
To be considered acceptable and eligible for award, quotes must be complete and including all of the items and services in accordance with the attached SOR. The Government will not consider quotes or offers for partial items or quantities.
(vi) Contractors shall review the Statement of Requirements for the full description of requirements.
(vii) Date(s) and place(s) of delivery and acceptance and FOB point: The expected Period of Performance for this effort is: May 1, 2022 – April 30, 2023 with two additional option periods of June 1, 2023 – May 30, 2024, and June 1, 2024 – May 30, 2025. The place of performance for the effort is listed below in the delivery schedule.
Installation Services and Subscription Services to be provided at the following location with terms FOB: Destination
CLIN 0001 – BASSET ARMY COMMUNITY HOSPITAL (WC1JXM)
BASSETT ARMY COMMUNITY HOSPITAL
4076 NEELY ROAD
FORT WAINWRIGHT AK 99703
CLIN 0002 – BASSET ARMY COMMUNITY HOSPITAL (WC1JXM)
BASSETT ARMY COMMUNITY HOSPITAL
4076 NEELY ROAD
FORT WAINWRIGHT AK 99703
CLIN 1001 – BASSET ARMY COMMUNITY HOSPITAL (WC1JXM)
BASSETT ARMY COMMUNITY HOSPITAL
4076 NEELY ROAD
FORT WAINWRIGHT AK 99703
CLIN 2001 – BASSET ARMY COMMUNITY HOSPITAL (WC1JXM)
BASSETT ARMY COMMUNITY HOSPITAL
4076 NEELY ROAD
FORT WAINWRIGHT AK 99703
(viii) OFFEROR INSTRUCTIONS
The provision at 52.212-1, Instructions to Offerors – Commercial Items (NOV 2021), applies to this acquisition. The Government intends to award a Firm-Fixed-Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government as defined in the ‘Evaluation Factors for Award’ Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is “None” or “Not applicable,” explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following:
- General Information: Offeror Business Name, Address, Cage, and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contact (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule.
- Technical Documentation:
-
- Technical Approach or Specifications: The quote must address and meet all technical specifications of the SOR, and include a vendor channel list.
- Price Quote: Submit complete pricing for each CLIN listed in the “description of requirements” Section above to include the unit price and the extended price for each line item and a total price in US Dollars ($). Price quotes shall be valid for a minimum of 30 days.
- Commercial Warranty: Provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price.
(ix) Evaluation Factors for Award: The provision at 52.212-2 – Evaluation-Commercial Products and Commercial Services does not apply to this acquisition. The specific evaluation criteria included are price and technical as defined below:
Factor I – Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes and all associated service costs as outlined in paragraph 3 above.
Factor II – Technical: The Government will evaluate the technical factor to determine if the cable package offered provides a minimum of (40 Channels) of the preferred channel listing identified in the Statement of Requirements. The quote provided should show the applicable cable channels offered. Additionally, the contractor shall provide proof of “authorized” distributorship from the parent network provider.
**Basis for Award: The Government intends to award a firm-fixed-price contract resulting from open /unrestricted competitive quotes received in response to this solicitation. The quote will be evaluated for a fair and reasonable price. The award decision will be based on a determination of best value to the responsible offeror meeting solicitation requirements, such as terms and conditions, proof of authorized distributorship, minimum technical requirements (channel listing), representations, and certifications in order to be eligible for award. The vendor must be registered in the System for Award Management (SAM). The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds.
(x) A statement advising offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer.
(xi) A statement that the clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition and a statement regarding any addenda to the clause.
(xii) A statement that the clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition.
The following additional FAR clauses and provisions are applicable to this acquisition:
52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (Oct 1995)
52.204-7 System for Award Management (OCT 2016)
52.204-13 System for Award Management Maintenance (OCT 2016)
52.204-16 Commercial and Government Entity Code Reporting (JUL 2016)
52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)
52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014)
52.204-22 Alternative Line Item Proposal (JAN 2017)
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 (AUG 2020)
52.204-26 Covered Telecommunications Equipment or Services-Representation.
52.209-2 Prohibition On Contracting with Inverted Domestic Corporations--Representation (NOV 2015)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.217-9 Option to Extend the Term of the Contract. (Mar 2000)
52.219-28, Post Award Small Business Program Representation
52.222-19, Child Labor—Cooperation with Authorities and Remedies (Oct 2016)
52.222-21, Prohibition of Segregated Facilities (Apr 2015)
52.222-26, Equal Opportunity (Sep 2016)
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. (OCT 2015)
52.222-41 Service Contract Labor Standards (Aug 2018)
52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014)
52.222-50, Combating Trafficking in Persons (Mar 2015)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)
52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)
52.232-33, Payment by Electronic Funds Transfer— System for Award Management (Jul 2013)
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
52.237-1 Site Visit (APR 1984)
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
The following additional DFARS clauses are applicable to the acquisition:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials.
252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013)
252.203-7005 Representation Relating to Compensation of Former DoD Officials.
252.204-7003 Control Of Government Personnel Work Product (APR 1992)
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)
252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation (DEC 2019)
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (MAY 2021)
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021)
252.223-7008 Prohibition of Hexavalent Chromium (June 2013)
252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)
252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2020-O0015)
252.225-7974 Representation Regarding Business Operations with the Maduro Regime (DEVIATION 2020-O0005)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Work-Flow Payment Instructions
252.232-7010 Levies on Contract Payments
252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites Representation (DEVIATION 2021-O0003) (April 2021)
252.244-7000 Subcontracts for Commercial Items
252.246-7008 – Sources of Electronic Parts
252.247-7023 Transportation of Supplies by Sea, Basic
(xiv) The following additional contract requirement(s) or terms and conditions apply to this acquisition.
Wage Determination WD # 2015-5683, Revision 12 applies to this acquisition (attached)
(xv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement.
(xvi) DUE DATE AND SUBMISSION INFORMATION
Formatting Requirements: Submit quotes in electronic PDF.
Questions Due Date and Submission Requirements: All questions must be received before May 10, 2022 @ 1400HRS, Hawaii Time. Questions must be e-mailed to nathan.w.britt.civ@army.mil Include RFQ# W912CN-22-Q-0017on all inquiries. Questions may be addressed at the discretion of the Government.
RFQ Due Date and Submission Requirements: This RFQ closes on May 12, 2022 @ 1600hrs Hawaii Time.
(xvii) Government RFQ Point of Contract: The point of contact for this solicitation is Contract Specialist s at nathan.w.britt.civ@army.mil . Reference RFQ# W912CN-22-Q-0017 on all email exchanges regarding this acquisition.