P - Wireless Phone Services
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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)
- Original Published Date: Mar 02, 2022 09:51 am JST
- Original Date Offers Due: Mar 15, 2022 10:00 am JST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Mar 30, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- 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 96915USA
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
General Information
Document Type: Combined Solicitation/Synopsis
Solicitation Number:
Posted Date: 2 March 2022
Response Due Date: 15 March 2022 10:00 AM, GST
Product or Service Code: DG11
NAICS Code: 517312
Contracting Office
NAVSUP FLC Yokosuka ACMO
Contract Specialist
Joseph Arakaki
Joseph.arakaki@fe.navy.mil
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in
Federal Acquisition Regulation (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; “quotations” are being requested, and a written solicitation document will not be issued. This solicitation is a "request for quotations (RFQ)."
PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on www.sam.gov
The associated North American Industrial Classification System (NAICS) code for this procurement is 517312, with a small business size standard of 1,500 employees. 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 CELL PHONE SERVICES for NAVAL SPECIAL WARFARE GROUP 1, located on Guam, in accordance with Statement of Work (Attachment 1).
CLIN 0001 All Inclusive Wireless Service (Base Year) With Period of Performance: 01 April 2022 to 31 March 2023
CLIN 0002 All Inclusive Wireless Service (Option Year I) With Period of Performance: 01 April 2023 to 31 March 2024
Attachment 1 – 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
252.232-7003 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
Evaluation
The Government will award to the responsible Quoter 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 Quoters 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 Quoter 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 quoter takes no exception to the SOW and demonstrates its ability to meet all the wireless service requirements: Guam local, US domestic, and international wireless service, as-well-as biannual hardware replacement.
Factor 2: Price
The quoter’s price, 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 quoter must take no exception to the SOW and meet the minimum country requirements identified within. A quotation is unacceptable if it takes exception to the SOW or fails to meet the minimum country requirements identified in the SOW.
For any questions, please contact Joseph Arakaki via email at joseph.arakaki@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 0900 hours GST on 8 March 2022. Questions received after deadline may not be considered.
System for Award Management (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/.
******* End of Combined Synopsis/Solicitation ********
Attachments/Links
Contact Information
Contracting Office Address
- PSC 473 BOX 11
- FPO , AP 96349-1500
- USA
Primary Point of Contact
- Telephone: 098-934-9812
- Joseph.Arakaki@fe.navy.mil
- Phone Number 810989705555x6456899
Secondary Point of Contact
History
- Apr 01, 2022 12:56 pm JSTCombined Synopsis/Solicitation (Updated)
- Mar 02, 2022 09:51 am JSTCombined Synopsis/Solicitation (Original)