Hawaii Bids > Bid Detail

DG10 - Cable TV Services for Joint Base Pearl Harbor Hickam (JBPHH)

Agency:
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159169284410315
Posted Date: Dec 21, 2023
Due Date: Dec 27, 2023
Source: https://sam.gov/opp/1f72f4a580...
Follow
DG10 - Cable TV Services for Joint Base Pearl Harbor Hickam (JBPHH)
Active
Contract Opportunity
Notice ID
N0060424Q4006
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC PEARL HARBOR
Office
NAVSUP FLT LOG CTR PEARL HARBOR
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Dec 21, 2023 09:57 am HST
  • Original Date Offers Due: Dec 27, 2023 06:00 am HST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DG10 - IT AND TELECOM - NETWORK AS A SERVICE
  • NAICS Code:
    • 517111 - Wired Telecommunications Carriers
  • Place of Performance:
    Various Locations as outlined
    in attached Requirement List, JBPHH, HI
    96860
    USA
Description
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 the test program for commercial items found at FAR 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 SAM.gov and NECO (https://www.neco.navy.mil/).

The RFQ number is N0060424Q4006. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-06 and DFARS Publication Notice 20231030.
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 517111 and the Small Business Standard is 1,500 employees. The Small Business Office concurs with this acquisition strategy.

The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals.
This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing hard-wired multi-channel video cable TV services for Naval Health Clinic Hawaii in accordance with Attachment 1- Item List.
The proposed services are a 12 month base year and four (4) 12 month options as follows:

CLIN 0001- QTY: 1 Group - On-site cable services Base Year
CLIN 1001- QTY: 1 Group - On-site cable services Option Year One (OY1)
CLIN 2001- QTY: 1 Group - On-site cable services Option Year Two (OY2)
CLIN 3001- QTY: 1 Group - On-site cable services Option Year Three (OY3)
CLIN 4001- QTY: 1 Group - On-site cable services Option Year Four (OY4)

The Period of Performance:
Base Year:         10 January 2024 - 9 January 2025
OY1:         10 January 2025 - 9 January 2026
OY2:         10 January 2026 - 9 January 2027
OY3:         10 January 2027 - 9 January 2028
OY4:         10 January 2028 - 9 January 2029

See Performance Work Statement (PWS) Attachment 3 for description of requirement.

Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
Attachment List:
Attachment 1 - Requirement List
Attachment 2 - Redacted Sole Source Justification
Attachment 3 - Performance Work Statement
Attachment 4 - 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Products and Commercial Services (Dec 2022) and 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

Questions regarding the solicitation: Questions shall be submitted electronically to dana.a.anderson2.civ@us.navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ 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 12:00 PM HST (Hawaii Standard Time) on 26 December 2023. 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 the following:
- Completed Attachment 1 - Requirements List
- Completed Attachment 4 - 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Products
and Commercial Services (if the Reps and Certs are not current in SAM) and 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021).

The following FAR provision and clauses are applicable to this procurement:

52.204-7        System for Award Management        OCT 2018
52.204-10        Reporting Executive Compensation and First-Tier Subcontract Awards        JUN 2020
52.204-13        System for Award Management Maintenance        OCT 2018
52.204-16        Commercial and Government Entity Code Reporting        AUG 2020
52.204-17        Ownership or Control of Offeror        AUG 2020
52.204-18        Commercial and Government Entity Code Maintenance        AUG 2020
52.204-20        Predecessor of Offeror        AUG 2020
52.204-21        Basic Safeguarding of Covered Contractor Information Systems        NOV 2021
52.204-23        Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities        NOV 2021
52.204-24        Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment        NOV 2021
52.204-25        Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment        NOV 2021
52.204-26        Covered Telecommunications Equipment or Services--Representation         OCT 2020
52.204-27        Prohibition on a ByteDance Covered Application        JUN 2023
52.209-6        Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment        NOV 2021
52.209-10        Prohibition on Contracting with Inverted Domestic Corporations        NOV 2015
52.212-1        Instructions to Offerors-Commercial Products and Commercial Services        SEP 2023
52.212-3        Offeror Representations and Certifications-Commercial Products and Commercial Services--Alternate I        OCT 2014
52.212-4        Contract Terms and Conditions-Commercial Products and Commercial Services        NOV 2023
52.212-5        Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services        NOV 2023
52.217-4        Evaluation of Options Exercised at Time of Contract Award        JUN 1988
52.217-5        Evaluation of Options        JUL 1990
52.217-8        Option to Extend Services        NOV 1999
52.217-9        Option to Extend the Term of the Contract        MAR 2000
52.219-28        Post-Award Small Business Program Rerepresentation        MAR 2023
52.222-3        Convict Labor        JUNE 2003
52.222-21        Prohibition of Segregated Facilities        APR 2015
52.222-26        Equal Opportunity--Alternate I        FEB 1999
52.222-50        Combating Trafficking in Persons        NOV 2021
52.223-18        Encouraging Contractor Policies to Ban Text Messaging While Driving        JUN 2020
52.232-33        Payment by Electronic Funds Transfer-System for Award Management        OCT 2018
52.232-39        Unenforceability of Unauthorized Obligations        JUN 2013
52.232-40        Providing Accelerated Payments to Small Business Subcontractors        NOV 2021
52.233-3        Protest after Award        AUG 1996
52.233-4        Applicable Law for Breach of Contract Claim        OCT 2004

Additional contract terms and conditions applicable to this procurement are:

252.203-7000        Requirements Relating to Compensation of Former DoD Officials        SEP 2011
252.203-7002        Requirement to Inform Employees of Whistleblower Rights        DEC 2022
252.203-7005        Representation Relating to Compensation of Former DoD Officials        SEP 2022
252.204-7003        Control of Government Personnel Work Product        APR 1992
252.204-7015        Notice of Authorized Disclosure of Information for Litigation Support        JAN 2023
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 2023
252.211-7003        Item Unique Identification and Valuation        JAN 2023
252.223-7008        Prohibition of Hexavalent Chromium        JAN 2023
252.225-7012        Preference for Certain Domestic Commodities        APR 2022
252.225-7048        Export-Controlled Items        JUNE 2013
252.225-7056        Prohibition Regarding Business Operations with the Maduro Regime         JAN 2023
252.225-7972 (D)        Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems.
(DEVIATION 2020-O0015)        MAY 2020
252.232-7003        Electronic Submission of Payment Requests and Receiving Reports        DEC 2018
252.232-7006        Wide Area WorkFlow Payment Instructions        JAN 2023
252.232-7010        Levies on Contract Payments        DEC 2006
252.237-7010        Prohibition on Interrogation of Detainees by Contractor Personnel        JAN 2023
252.239-7098 (D)         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)        APR 2021
252.244-7000        Subcontracts for Commercial Products or Commercial Services        N0V 2023
252.246-7008        Sources of Electronic Parts        JAN 2023
252.247-7023        Transportation of Supplies by Sea--Basic        JAN 2023
This announcement will close at 12:00 PM HST (Hawaii Standard Time) on 27 December 2023.
Contact Dana Anderson who can be reached at via email dana.a.anderson2.civ@us.navy.mil. Quotes shall be submitted electronically via email to the same address. 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 based on a combination of price and a determination of responsibility.

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 Quoters technical acceptability will be evaluated against the requirements in the Performance Work Statement. The submittal of a quote will mean that the Quoter does not take any exceptions to the Performance Work Statement requirements.

Responsibility 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: SAM, Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS), Supplier Performance Risk System (SPRS) 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 Quoters initial quotation should contain the Quoters 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 Quoters 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.

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 Governments 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 *******
Attachments/Links
Contact Information
Contracting Office Address
  • SUITE 100 1942 GAFFNEY STREET
  • PEARL HARBOR , HI 96860-4549
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 21, 2023 09:57 am HSTCombined 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.

Start Free Trial Today >