Hawaii Bids > Bid Detail

Cable Television and High-Speed Internet Services for Commander Navy Region Hawaii on Joint Base Pearl Harbor Hickam

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159751739662056
Posted Date: Feb 10, 2023
Due Date: Feb 16, 2023
Solicitation No: N0060423Q4017
Source: https://sam.gov/opp/3f89906340...
Follow
Cable Television and High-Speed Internet Services for Commander Navy Region Hawaii on Joint Base Pearl Harbor Hickam
Active
Contract Opportunity
Notice ID
N0060423Q4017
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?

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.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Updated Published Date: Feb 09, 2023 02:22 pm HST
  • Original Published Date: Feb 02, 2023 01:53 pm HST
  • Updated Date Offers Due: Feb 16, 2023 10:30 am HST
  • Original Date Offers Due: Feb 16, 2023 10:30 am HST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 03, 2023
  • Original Inactive Date: Mar 03, 2023
  • 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:
    JBPHH , HI 96860
    USA
Description View Changes

****AMENDMENT 2: The purpose of this amendment is to update ATTACHMENT 1 - REQUIREMENTS WORKSHEET and ATTACHMENT 3 - PERFORMANCE WORK STATEMENT.***



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 to SAM.gov at https://www.sam.gov.



The RFQ number is N0060423Q4017. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-01 and DFARS Publication Notice 20230131. 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 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 quotations. This notice of intent is not a request for competitive quotations. However, all 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 Small Business Office concurs with this acquisition strategy.



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 and high speed internet services for Commander, Navy Region Hawaii (CNRH) located on Joint Base Pearl Harbor Hickam (JBPHH) in accordance with Attachment 1 - Requirements List.



CLIN 0001 - QTY: 1 Group – On-site Cable Television and High Speed Internet services



The Period of Performance: 01 March 2023 - 29 February 2024



Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.



Attachment 1 - Requirements List



Attachment 2 - Redacted Sole Source Justification



Attachment 3 - Performance Work Statement



Attachment 4 - 52.212-3 Alt 1 Offerer Representations and Certifications-Commercial Products and Commercial Services (Dec 2022) and 52.204-24 Representation Regarding Certain Telecommunications & Video Surveillance Services or Equipment (Nov 2021)



Questions regarding the solicitation: Questions shall be submitted electronically to beverly.a.suzuki.civ@us.navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060423Q4017 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 9:00 AM HST (Hawaii Standard Time) on 09 February 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 either a completed Attachment 1 - Requirements List or a quote with the appropriate taxes and fees applied and a completed Attachment 4 - 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Products and Commercial Services and Representation Regarding Certain Telecommunications & Video Surveillance Services or Equipment (only if your Reps & Certs are not current in SAM).



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



52.204-7 System for Award Management (OCT 2018)



52.204-13 System for Award Management Maintenance (OCT 2018)



52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)



52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)



52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021)



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)



52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (NOV 2021)



52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services-Alternate I (DEC 2022)



52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2021)



52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (DEC 2022)



52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)



52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021)



52.219-28 Post-Award Small Business Program Representation (SEP 2021)



52.222-3 Convict Labor (JUN 2003)



52.222-21 Prohibition of Segregated Facilities (APR 2015)



52.222-26 Equal Opportunity (SEP 2016)



52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)



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)



52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (DEC 2016)



52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)



52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)



52.252-5 Authorized Deviations in Provisions (NOV 2020)



52.252-6 Authorized Deviations in Clauses (NOV 2020)



Additional contract terms and conditions applicable to this procurement are:



252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2022)



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 (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)



252.211-7003 Item Unique Identification and Valuation (MAR 2022)



252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013)



252.225-7048 Export-Controlled Items (JUN 2013)



252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022)



252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (MAY 2022)



252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) (MAY 2020)



252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representation (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 (DEC 2018)



252.232-7010 Levies on Contract Payments (DEC 2006)



252.232-7017 Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration (DEC 2022)



252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013)



252.239-7009 Representation of Use of Cloud Computing (SEP 2015)



252.239-7010 Cloud Computing Services (SEP 2022)



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 (APR 2021)



252.244-7000 Subcontracts for Commercial Items (DEC 2022)



252.246-7008 Sources of Electronic Parts (MAY 2018)



252.247-7023 Transportation of Supplies by Sea-Basic (FEB 2019)



This announcement will close at 10:30 AM HST (Hawaii Standard Time) on 16 February 2023. Contact Beverly Suzuki who can be reached via email at: beverly.a.suzuki.civ@us.navy.mil. Quotes shall be submitted electronically via email to Beverly Suzuki, email beverly.a.suzuki.civ@us.navy.mil. 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). The submission of a quote means 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

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 >