Skip to main content

An official website of the United States government

You have 2 new alerts

Provide NIPR/SIPR Ethernet Services for VUP-19 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: Jul 01, 2022 09:50 am AEST
  • Original Published Date: Jun 13, 2022 04:05 pm AEST
  • Updated Date Offers Due: Jun 22, 2022 01:00 pm AEST
  • Original Date Offers Due: Jun 16, 2022 01:00 pm AEST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jul 07, 2022
  • Original Inactive Date: Jul 01, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: DG11 - IT and Telecom - Network: Satellite Communications and Telecom Access Services
  • NAICS Code:
  • Place of Performance:
    Yigo , GU 96929
    USA

Description

AMENDMENT 4:

07.01.22, 8:40am ChST

-Updated PoP in SOW

-Updated PoP: 06 July 22 - 05 July 23

AMENDMENT 3:

06.27.22, 9:30am ChST

-Updated PoP in SOW

-Updated PoP: 01 July 22 - 30 June 23

-Uploaded RFI 2

AMENDMENT 2:

06.17.22, 3:30pm ChST

-Updated PoP in SOW

-Updated PoP: 28 June 22 - 27 June 23

-Updated Offers Due to: 1300 06.22.22

AMENDMENT 1:

06.15.22, 3:36pm ChST

-Updated service location in SOW

-Updated PoP: 22 June 22 - 21 June 23

-Updated Offers Due to: 1300 06.17.22

-Updated Questions Due to: 1300 06.16.22 (For Tech Requirements in SOW, you may ask directly during site visit)

-Uploaded Q&A

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 N6824622Q0091.  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 517311 (Wired Telecommunications Carriers).  This is a competitive, unrestricted action. The Small Business Office concurs with the decision.

The NAVSUP Fleet Logistics Center Yokosuka, ACMO Contracting Office(s) requests responses from qualified sources capable of providing NIPR/SIPR Ethernet Service, located on Andersen AFB, Guam, in accordance with the Statement of Work (SOW) (Attachment 2).

CLIN 0001 NIPR/SIPR Ethernet Service (Base Year) With Period of Performance: 06 July 2022 to 05 July 2023

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 1300 hours Chamorro Standard Time (ChST) on June 22, 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 on it 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 of the 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 NIPR/SIPR Ethernet Service requirements identified.  A quotation is unacceptable if it takes exception to the SOW or fails to meet the minimum NIPR/SIPR Ethernet Service identified in the SOW.

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 1300 hours ChST on June 16, 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 online 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