419th Commercial Internet 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 (Updated)
- Updated Published Date: Sep 12, 2024 11:11 am PDT
- Original Published Date:
- Requirements Strategy:
- Inactive Policy: Manual
- Updated Inactive Date: Sep 17, 2024
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Edwards , CA 93524USA
Description
amendment 001 - Post Q&A in the attachment section
This is a Combined Synopsis/Solicitation for the acquisition of Commercial Internet Services. The resulting contract will include one base year and four option years. Please see attached Statement of Objectives for further details.
**MUST BE A 412th COMM SQUADRON APPROVED INTERNET VENDOR ON EDWARDS AFB**
(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13.5) will be used for requirement.
(ii) Solicitation Number: FA930224Q0095 **Please provide the full solicitation number on all packages**
Interested parties who believe they can meet all the requirements for the services described in this synopsis are invited to submit, in writing, a complete quote.
Offerors may utilize the attached SF1449 to complete quote information in addition to a separate quote (in PDF format); ensuring the quote contains information and pricing for all contract line items (CLINs) included on the SF1449. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted.
This solicitation is issued as a Request for Quote (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2024-05, DFARS Change 08/15/2024 and DAFAC 2023-0612.
(iv) THIS REQUIREMENT WILL BE: commercial internet service of 1 HA/IPS and 1 router. The North American Industry Classification System (NAICS) number for this acquisition is 517111 “Wired Telecommunications Carriers” with a size standard of 1,500 employees.
(v) Delivery: Services must begin on or before 15 Sep 2024. The resulting contract will include one base year and four option years.
(vi) The provision at FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/.
Offerors shall prepare their quotations in accordance with FAR 52.212-1. In addition, the following information shall be included:
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE:
1. SAM UEI:
2. TIN Number:
3. CAGE Code:
4. Contractor Name:
5. Payment Terms (NET 30) or Discount:
6. Point of Contact Name and Phone Number:
7. Email address:
8. Warranty:
9. Date Offer Expires:
10. FOB Destination:
11. Estimated Delivery Lead Time:
12. Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications—Commercial Products and Commercial Services (Feb 2024) – or - notification that FAR 52.212-3 representations and certifications are available on SAM.gov
(vii) The provision at FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (Nov 2021) applies to this acquisition.
***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive***
The solicitation provides that quotations will be evaluated using Lowest Price Technically Acceptable (LTPA). The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains one non-cost subfactors: (1) Ability to provide 1 HA/IPS and 1 router Addresses at Edwards Air Force Base. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the lowest-priced quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government.
Evaluation Factors:
1. Price
2. Technically Acceptability
Technically Acceptable Subfactors:
1. Ability to provide 1 HA/IPS and 1 router at Edwards Air Force Base.
The ability to provide 100 gigabit commercial internet services and 5 Static IP Addresses at Edwards Air Force Base will be assigned ratings of satisfactory or unsatisfactory.
The Government will award a Purchase Order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ and considered to be the Best Value based on LTPA.
(viii) Offerors shall include completed copies of applicable provisions, which are included in the SF1449. Offers will be considered incomplete if these are not included with the quote.
(iv) The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2023), applies to this acquisition.
(x) The clause at FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (May 2024), applies to this acquisition.
(xi) Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses in the attachments; the final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/
(xii) Defense Priorities and Allocation System (DPAS): N/A
(xiii) Quote Submission Information:
It is the government’s intent to award without discussions. Therefore, each initial quote should contain the offeror’s best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary.
Offers are due by 13 Sep 2024 at 12:00 PM, Pacific Standard (PST).
Offers must be sent via email to both Abel Alcantar (abel.alcantar.1@us.af.mil) AND Adam R. Confer (adam.confer.2@us.af.mil). No late submissions will be accepted.
(xiv) For additional information regarding this solicitation contact:
Primary Point of Contact:
Abel Alcantar
Contract Specialist
Abel.alcantar.2@us.af.mil
Secondary Point of Contact:
Adam R. Confer
Contracting Officer
Adam.confer.2@us.af.mil
QUESTION PERIOD: The period for questions regarding this RFQ will end at 8:00 AM PDT on 12 Sep 2024. Please send all questions to the buyer via email at abel.alcantar.1@us.af.mil. Phone inquiries are not available currently. All questions and answers will be posted to this RFQ.
Contact Information
Primary Point of Contact
- abel alcantar
- abel.alcantar.1@us.af.mil
Secondary Point of Contact
- Adam R. Confer
- adam.confer.2@us.af.mil