Illinois Bids > Bid Detail

Local Exchange Services for the Rock Island Arsenal, IL

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159294166278939
Posted Date: Mar 6, 2023
Due Date: May 19, 2023
Solicitation No: W91RUS23Q0003
Source: https://sam.gov/opp/8da041bad5...
Follow
Local Exchange Services for the Rock Island Arsenal, IL
Active
Contract Opportunity
Notice ID
W91RUS23Q0003
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
ACC-ABERDEEN PROVING GROUNDS CONTR
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 06, 2023 09:03 am MST
  • Original Date Offers Due: May 19, 2023 11:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DG11 - IT AND TELECOM - NETWORK: TELECOM ACCESS SERVICES
  • NAICS Code:
    • 517111 - Wired Telecommunications Carriers
  • Place of Performance:
    Rock Island , IL 61299
    USA
Description

(ii) The solicitation number is W91RUS23Q0003. This solicitation is a Request for Quote (RFQ) IAW FAR Parts 12 and 13.



(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-01.



(iv) The applicable NAICS code is 517311 and the small business size standard is less than 1500 employees. This acquisition is not set-aside for small businesses.



(v) The contract line item numbers and items, quantities and unit of issue are identified on the attached Pricing Schedule. The contract scope and requirements are described in the attached Statement of Work (SOW). The Statement of Work is available under the attachments section below.



(vi) This Request for Quote is for the local voice and data circuits listed in the Statement of Work for the Rock Island Arsenal, IL.



(vii) Performance Periods:



Installation/Cut-Over (CLIN 0001)

Base Year (CLIN 0001)

Option Year 1 (CLIN 1001)

Option Year 2 (CLIN 2001)

Option Year 3 (CLIN 3001)

Option Year 4 (CLIN 4001)



(viii) Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition including the following addendum:



52.212-1 Addendum



(b) Submission of Offers.



(13) Quotations will only be accepted from facilities-based incumbent and competitive local exchange carriers certified by the State of Illinois to provide local exchange services.

(14) Submit quotations via e-mail to the Contracting Officer not later than the response date and time specified in the announcement.



(15) Submit the following with each quotation:



Contracting Information



(A) The Unique Entity Identifier (UEI of the Offeror registered in the System for Award Management (SAM).



(B) Proof the Offeror is a facilities-based carrier certified to provide local exchange services within the State of Illinois. Quotations will only be accepted from facilities-based carriers certified to provide local exchange services.



(ii) Pricing. Submit a completed copy of the attached price quotation spreadsheet including the Offeror's prices and all applicable taxes, fees and surcharges. Unit prices must be limited to two decimal places. Identify non-priced SLINs by entering NSP or NC in the unit price. The US Army is a Federal Government entity, and as such, is exempt from certain taxes. Offerors must identify and include the quantity and amounts of all applicable taxes, fees and surcharges on the Pricing Schedule. Quotations should not include any taxes from which the Federal Government is exempt.



(ii) Technical Solution. A detailed narrative and network diagram describing the Offeror's facilities, network, and infrastructure to be used to deliver the services in the Statement of Work to the demarcation locations. Long distance charges are not within scope of this requirement and technical solutions that do not allow the US Army to designate DOD's mandatory long distance provider as the primary interchange carrier (PIC) IAW the Statement of Work are not technically acceptable.



(iii) Past Performance Information. Provide information from recent contracts performed within the last three (3) years, which are considered relevant in demonstrating ability to perform local exchange services involving similar scope, magnitude of effort, and complexities as the services described in this solicitation. Include the following administrative data for each referenced contract submitted: Offeror's company name; contracting agency; contract number; brief description of contract; contract type (i.e., fixed price, time and material, etc.); period of performance, identification of any significant achievements or past problems and resolution; and name, address, telephone number, and email address of program manager and Contracting Officer.



Period of Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 90 days from the date specified for receipt of quotations.



Multiple awards. This award shall be made on an all or none basis.



End of 52.212-1 Addendum



(viiii) Provision 52.212-2, Evaluations, applies to this acquisition including the following addendum:



Addendum to FAR 52.212-2



(a) The Government will award a firm-fixed price contract to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:



Price – The total amount for the base year and all option years will be evaluated from the Pricing Schedule.

Technical Capability - Acceptable is defined as a quotation that clearly meets the minimum requirements of the solicitation. Unacceptable is defined as a quotation that does not clearly meet the minimum requirements of the solicitation.



Past Performance - The Government will conduct an evaluation and review of all recent past performance data obtained to determine how closely the work performed under these efforts relates to the proposed effort and how well that work was performed. The Offeror shall consider the requirements contained in FAR Clauses 52.212-1 when submitting their past performance references. Past performance shall be evaluated based on how recent, relevant and the quality of services rendered. To consider relevancy and quality the past performance evaluation will consider all aspects of an ‘offerors' past performance. For purposes of this evaluation, recent is defined as contracts performed within the past three (3) years from the issuance date of the solicitation. This factor will be rated as Acceptable or Unacceptable. Acceptable is defined as the pass performance clearly meets the minimum requirements of the solicitation. Unacceptable is defined as the past performance does not clearly meet the minimum requirements of the solicitation.



(x) Offerors are encouraged to complete all Representations and Certifications electronically at the System for Award Management website located at URL https://sam.gov/ . If not completed on-line, Offerors must include a completed copy of the provisions at FAR 52.212-3, which can be obtained at https://www.acquisition.gov/browse/index/far, FAR Part 52 or online at https://sam.gov/.

(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition to include the following addenda:



52.212-4 Addendum



(w) Continuity of Services and Option to Extend Telecommunication Services.



(1) For all services required on this contract, the contractor shall continue to provide services until a release date is

established by the Government as a result of competition (cutover complete) or termination (including termination for cause or government convenience).



(2) The Contractor recognizes that the services under this contract are vital to the Government and must be continued without interruption and that, before contract expiration, a successor, either the Government or another Contractor, may continue them. The Contractor agrees to - (i) Provide transitioning of services during cutover period without termination liability charges; (ii) Exercise its best efforts and cooperation to effect an orderly and efficient transition. The Contractor shall (i) Provide transitioning of services during cutover period without termination liability charges; (ii) Exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor; and (iii) Notify the Government of any services not cutover after contract expiration.



End of 52.212-4 Addendum



(xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. In addition, the following FAR/DFARS/AFFARS clauses/provisions, either by reference or full text, apply (clauses may be obtained via the internet at https://www.acquisition.gov/browse/index/far):



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

52.204-18 Commercial and Government Entity Code Maintenance

52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations.

52.217-8 Option to Extend Services

52.217-9 Option to Extend the Term of the Contract

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.

52.223-6 Drug-Free Workplace

52.225-13 Restrictions on Certain Foreign Purchases.

52.232-18 Availability Of Funds

52.232-23 Assignment Of Claims

52.232-33 Payment by Electronic Funds Transfer-System for Award Management.

52.232-39 Unenforceability of Unauthorized Obligations

52.232-40 Providing Accelerated Payments to Small Business Subcontractors.

52.233-1 Disputes

52.233-3 Protest after Award.

52.233-4 Applicable Law for Breach of Contract Claim.

52.237-3 Continuity Of Services

252.201-7000 Contracting Officer's Representative

252.203-7000 Requirements Relating to Compensation of Former DoD Officials

252.203-7002 Requirement to Inform Employees of Whistleblower Rights.

252.203-7003 Agency Office of the Inspector General

252.204-7003 Control of Government Personnel Work Product.

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support.

252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism.

252.225-7001 Buy American and Balance of Payments Program.

252.225-7002 Qualifying Country Sources as Subcontractors.

252.225-7012 Preference for Certain Domestic Commodities.

252.225-7048 Export-Controlled Items.

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.

252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel.

252.239-7002 Access.

252.239-7004 Orders for Facilities and Services.

252.239-7005 Rates, Charges, and Services.

252.239-7006 Tariff Information.

252.239-7007 Cancellation or Termination of Orders.

252.239-7008 Reuse Arrangements.

252.239-7018 (Dev) Supply Chain Risk (DEVIATION 2018-O0020).

252.243-7001 Pricing of Contract Modifications.

252.244-7000 Subcontracts for Commercial Items



52.252-1, Solicitation Provisions Incorporated by Reference, Feb 1998. For purposes of this provision, the fill-in is completed as follows: https://www.acquisition.gov/browse/index/far

52.252-2, Clauses Incorporated by Reference, Feb 1998. For purposes of this clause, the fill-in is completed as follows: https://www.acquisition.gov/browse/index/far


Attachments/Links
Contact Information
Contracting Office Address
  • ITEC4 CONTRACTING CENTER 61801 ARIZONA STREET RM 3212
  • FORT HUACHUCA , AZ 85613-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 06, 2023 09:03 am MSTCombined 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 >