CRTC Commercial Internet
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 (Updated)
- Updated Published Date: Jan 10, 2024 12:54 pm CST
- Original Published Date: Jan 03, 2024 03:43 pm CST
- Updated Date Offers Due: Jan 19, 2024 12:00 pm CST
- Original Date Offers Due: Jan 19, 2024 12:00 pm CST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Feb 03, 2024
- Original Inactive Date: Feb 03, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: DG11 - IT and Telecom - Network: Satellite Communications and Telecom Access Services
- NAICS Code:
- 517111 - Wired Telecommunications Carriers
- Place of Performance: Gulfport , MS 39507USA
Description
10 JAN 2024 UPDATE - ADDED RFI #1 Document
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 with this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is "W50S7K-24-R-0003" and is issued as a Request for Quote (RFQ) for the CRTC Commercial Internet Description Subscription. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2023-06, effective 5 October 2023 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20230929 dated 29 September 2023. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as total small business set-aside.
The North American Industry Classification System Code (NAICS) is 517111 and the small business size standard is 1,500 Employees. The contractor shall provide commercial internet services to include installation and maintenance of all equipment required to supply a dedicated fiber optic commercial Internet service to the Base Communications Shop BLDG 154.
The period of performance for the base year is 9 Feb 2024 - 8 Feb 2025, with 4 12 month option years thereafter. The offeror who receives the award will be required to have all equipment, labor, and tools necessary for contract completion in place and operational at the beginning of the period of performance (9 Feb 2024) to ensure there will be no disruption in services.
SITE VISIT
No site visit will be conducted for this requirement, but video calls and virtual walk through can be arranged. Offers’ may contact either of the POC’s listed below to arrange this.
Offers are due NLT Friday, January 19, 2024, at 12:00 P.M. Central time, using the bid sheet provided. Offers shall be emailed to michael.hornbeck@us.af.mil and hunter.cline.1@us.af.mil . Questions concerning this solicitation should be addressed to SMSgt Michael Hornbeck, (228) -214-6168.
BASIS OF AWARD: Vendor Responses will be evaluated based on Technical evaluation of the Vendors proposed solution and lowest price that meets salient characteristics. Technical evaluation will be equal to price. Award may be made without discussions.
Vendors MUST submit the completed the attached Bid sheet. A technical package describing what equipment and procedures will be used to meet the requirements laid out in the Requirements document may also be submitted, but is not required for consideration.
The full text of a clause/provision may be accessed electronically at http://acquisition.gov . Award will be made to the offeror which is most advantageous to the government. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can register in SAM at www.sam.gov or contact SAM by calling 1-866-606-8220.
Invoicing will be required through WAWF at https://wawf.eb.mil/ and vendors are required to be registered in SAM at https://www.beta.sam.gov.
SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.beta.sam.gov/.
APPLICABLE CLAUSES/PROVISIONS:
FAR 52.202-1 Definitions
FAR 52.203-3 Gratuities
FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights
FAR 52.204-7 System for Award Management
FAR 52.204-9 Personal Identity Verification of Contractor Personnel
FAR 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards
FAR 52.204-13 System for Award Management Maintenance
FAR 52.204-16 Commercial and Government Entity Code Reporting
FAR 52.204-17 Ownership or Control of Offeror
FAR 52.204-18 Commercial and Government Entity Code Maintenance
FAR 52.204-19 Incorporation by Reference of Representations and Certifications
FAR 52.204-20 Predecessor of Offeror
FAR 52.204-22 Alternative Line Item Proposal
FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance or Equipment
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-27 Prohibition on a ByteDance Covered Application
FAR 52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation
FAR 52.204-30 Federal Acquisition Supply Chain Security Act Orders-Prohibition
FAR 52.207-3 Right of First Refusal of Employment
FAR 52.209-1 Qualification Requirements
FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.209-7 Information Regarding Responsibility Matters
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
FAR 52.212-3 Offeror Representations and Certifications – Commercial Products and Commercial Services
FAR 52.217-8 Option to Extend Services
FAR 52.217-9 Option to Extend the Term of the Contract
FAR 52.219-1 Small Business Program Representations
FAR 52.219-6 Notice of Total Small Business Set Aside
FAR 52.222-3 Convict Labor
FAR 52.222-19 Child Labor
FAR 52.222-21 Prohibition of Segregated Facilities
FAR 52.222-26 Equal Opportunity
FAR 52.222-35 Equal Opportunity for Veterans
FAR 52.222-36 Affirmative Action for Workers with Disabilities
FAR 52.222-37 Employment Reports on Veterans
FAR 52.222-41 Service Contract Labor Standards
FAR 52.222-42 Statement of Equivalent Rates for Federal Hires
FAR 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.222-55 Minimum Wages Under Executive Order 13658
FAR 52.222-62 Paid Sick Leave Under Executive Order 13706
FAR 52.223-6 Drug-Free Workplace
FAR 52.223-10 Waste Reduction Program
FAR 52.223-12 Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners
FAR 52.223-19 Compliance with Environmental Management Systems
FAR 52.224-1 Privacy Act Notification
FAR 52.224-3 Privacy Training
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.232-33 Payment by Electronic Funds Transfer/ Central Contractor Registration
FAR 52.232-39 Unenforceability of Unauthorized Obligations
FAR 52.233-3 Protest After Award
FAR 52.237-1 Site Visit
FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation
FAR 52.243-1 Changes—Fixed Price--Alternate I
FAR 52.245-1 Government Property
FAR 52.246-4 Inspection of Services—Fixed-Price
FAR 52.249-2 Termination for Convenience of the Government (Fixed-Price)
FAR 52.252-1 Solicitation Provisions Incorporated by Reference
FAR 52.252-2 Clauses Incorporated by Reference
DFARS 252.201-7000 Contracting Officer's Representative
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
DFARS 252.204-7000 Disclosure of Information
DFARS 252.204-7003 Control of Government Personnel Work Product
DFARS 252.204-7004 DoD Antiterrorism Awareness Training for Contractors
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation
DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation
DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunication Equipment or Services
DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System
DFARS 252.223-7004 Drug-Free Work Force
DFARS 252.225-7000 Buy American and Balance of Payments Program.
DFARS 252.225-7036 Buy American—Free Trade Agreements--Balance of Payments Program—Basic
DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime
DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime
DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation
DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region
DFARS 252.225-7061 Restriction on the Acquisition of Personal Protective Equipment and Certain Other Items from Non-Allied Foreign Nations
DFARS 252.232-7003 Electronic Submission of Payment Requests
DFARS 252.232-7006 Wide Area Workflow Payment Instructions
DFARS 252.239-7098 Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites
Contracting Office Address:
Combat Readiness Training Center – Battlefield Airman Center
4715 Hewes Ave, bldg. 85
Gulfport, MS 39207
Primary Point of Contact:
Michael S. Hornbeck, 312-363-6168
michael.hornbeck@us.af.mil.mil
Secondary Point of Contact:
Hunter R. Cline, 228-214-6157
hunter.cline.1@us.af.mil
Attachments/Links
Contact Information
Contracting Office Address
- KO FOR MSANG DO NOT DELETE 4715 HEWES AVE BLDG 146
- GULFPORT , MS 39507-4324
- USA
Primary Point of Contact
- SMSgt Michael S. Hornbeck
- michael.hornbeck@us.af.mil
- Phone Number 2282146168
Secondary Point of Contact
- A1C Hunter Cline
- hunter.cline.1@us.af.mil
- Phone Number 2282146157
History
- Feb 03, 2024 10:55 pm CSTCombined Synopsis/Solicitation (Updated)
- Jan 09, 2024 01:23 pm CSTCombined Synopsis/Solicitation (Updated)
- Jan 03, 2024 03:43 pm CSTCombined Synopsis/Solicitation (Original)