Skip to main content

An official website of the United States government

You have 2 new alerts

Provide Wireless Service for MESG-1 Det Guam

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: Jun 17, 2022 10:52 am AEST
  • Original Published Date: Jun 13, 2022 11:27 am AEST
  • Updated Date Offers Due: Jun 21, 2022 03:00 pm AEST
  • Original Date Offers Due: Jun 16, 2022 04:30 pm AEST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jul 06, 2022
  • Original Inactive Date: Jul 01, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DG11 - IT and Telecom - Network: Satellite Communications and Telecom Access Services
  • NAICS Code:
    • 517312 - Wireless Telecommunications Carriers (except Satellite)
  • Place of Performance:
    Santa Rita , GU 96915
    USA

Description

AMENDMENT 2, 06.17.22 10.40am

  • Updated the SOW to correct #8, Delivery and Contact Info
  • Offers Due changed to 06.21.22 1500
  • Clarified submission requirements, Factor 1

AMENDMENT 1, 06.15.22 10.20am

  • Updated the SOW to reflect new PoP
  • Offers Due changed to 06.20.22 1630
  • New PoP: 24 JUNE 2022 - 23 JUNE 2023; OY1: 24 JUNE 2023 - 23 JUNE 2024

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 on www.sam.gov

The RFQ number is N6824622Q0090.  This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-079 and DFARS Publication Notice 20211029.  It is the responsibility of the offeror 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 517312 and the Small Business Standard is 1,500 employees. This is a small business set-aside under NAICS 517312. The Small Business Office concurs with the decision.

The NAVSUP Fleet Logistics Center Yokosuka, Okinawa Contracting Office requests responses from qualified sources capable of providing Wireless Service(s) for the MESG-1 detachment Guam in accordance with the statement of work (SOW) (Attachment 2).

CLIN 0001 All Inclusive Wireless Service (Base Year) With Period of Performance: 24 June 2022 to 23 June 2023

CLIN 0002 Option Year 1 With Period of Performance: 24 June 2023 to 23 June 2024

Refer to the following solicitation attachments:

Attachment 1 – Quote Sheet

Attachment 2 – Statement of Work

The following provision and clauses are applicable to this procurement:

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

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

52.204-21 Basic Safeguarding of Covered Contractor Information Systems

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

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.

52.204-26 Covered Telecommunications Equipment or Services-Representation.

52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

52.212-1 Instructions to Offerors, Commercial Items

52.212-2 Evaluations Commercial Items

52.212-3 Offeror Representations and Certifications Commercial Items--Alternate I

52.212-4 Contract Terms and Conditions Commercial Items

52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items

52.217-5 Evaluation of Options

52.217-9 Option to Extend the Term of the Contract

52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns

52.219-28 Post-Award Small Business Program Representation

52.222-3 Convict Labor

52.222-21 Prohibition of Segregated Facilities

52.222-26 Equal Opportunity

52.222-35 Equal Opportunity for Veterans

52.222-36 Equal Opportunity for Workers with Disabilities

52.222-37 Employment Reports on Veterans

52.222-50 Combating Trafficking in Persons

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

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

52.232-36 Payment by Third Party

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

52.233-3 Protest after Award

52.233-4 Applicable Law for Breach of Contract Claim

52.252-1 Solicitation Provisions Incorporated by Reference

52.252-2 Clauses Incorporated by Reference

252.203-7000 Requirements Relating to Compensation of Former DoD Officials

252.203-7005 Representation Relating to Compensation of Former DoD Officials

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

252.225–7055 Representation Regarding Business Operations with the Maduro Regime

252.225–7056 Prohibition Regarding Business Operations with the Maduro Regime

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

252.244-7000 Subcontracts for Commercial Items

252.246-7008 Sources of Electronic Parts

252.247-7023 Transportation of Supplies by Sea—Basic

This announcement will close at 1500 hours Chamorro Standard Time (ChST) on June 21, 2022.  All quotations shall be submitted to Nathaniel D. Entilla via email at nathaniel.entilla@fe.navy.mil.  Responsible sources may submit a quote which shall be considered by the agency.

Submission Requirements:

Factor 1:  Technical

The offeror shall complete and submit Attachment (1) of the solicitation.  The offeror shall also submit its commercial quotation, with any additional information included on the quotation that justifies it can meet or exceed the requirements of the SOW.  It shall be noted that by submission of Attachment (1) the offeror signifies that it takes no exception to the SOW or solicitation.

Factor 2:  Price 

The offeror shall complete and submit Attachment (1) of the solicitation.

Evaluation

The Government will award to the responsible offeror whose quote offers the best value to the Government, price and non-price factors considered. In determining the best value to the Government, the combined non-cost/price factors are equally important to the cost/price factor. The offerors are advised that the quotation meeting the solicitation requirements with the lowest price may not be selected for award if award to a higher priced offeror is determined to be more advantageous to the Government. However, the perceived benefits of the higher priced quotation must merit the additional price.

Factor 1: Technical

The offeror takes no exception to the SOW and demonstrates its ability to meet all the wireless service requirements as stated in the SOW.   

Factor 2: Price

The offeror’s price, Attachment (1), will be checked for mathematical correctness in all computations, making sure that all prices are summarized correctly to ensure completeness and accuracy.  The total evaluated price will be calculated summing the values of all CLINs.

Rating Methods

The Technical factor will be rated on an acceptable/unacceptable basis. In order to be considered acceptable, the offeror must take no exception to the SOW and meet the minimum country requirements identified in Attachment (2).  A quotation is unacceptable if it takes exception to the SOW or fails to meet the minimum country requirements identified in the SOW, Attachment (2).

For any questions, please contact Nathaniel Entilla via email at nathaniel.entilla@fe.navy.mil. Questions Submission:  Interested offerors must submit questions concerning the solicitation at the earliest time possible to enable timely response. Please submit questions no later than 1630 hours ChST on June 15, 2022. Questions received after deadline may not be considered.

System for Award Management (SAM) offerors 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/.

Contact Information

Contracting Office Address

  • PSC 473 BOX 11
  • FPO , AP 96349-1500
  • USA

Primary Point of Contact

Secondary Point of Contact





History