Skip to main content

An official website of the United States government

You have 2 new alerts

Satellite Internet Service for Field Research in Mali

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: Feb 29, 2024 02:31 pm EST
  • Original Published Date: Feb 29, 2024 12:08 pm EST
  • Updated Date Offers Due: Mar 11, 2024 11:00 am EDT
  • Original Date Offers Due: Mar 11, 2024 11:00 am EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 12, 2024
  • Original Inactive Date: Mar 12, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 7G22 - IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 517410 - Satellite Telecommunications
  • Place of Performance:
    MLI

Description

Document Type:  Combined Synopsis/Solicitation

Solicitation Number: RFQ-NIAID-24-2205706

Posted Date: 02/29/2024

Response Date: 03/11/2024

Set Aside: Yes, woman owned small business set-aside.

NAICS Code: 517410

Classification Code: 7G22

Contracting Office Address:

Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 903 S 4th Street, Hamilton, MT 59840

Title: Satellite Internet Service for Field Research in Mali

Primary Point of Contact: 

Jesse Weidow – jesse.weidow@nih.gov

Secondary Point of Contact

Bevin Feutrier – bevin.fuetrier@nih.gov

Description:

This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and solicitation for commercial Items,” as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-24-2205706 and the solicitation is issued as a Request for Quotes (RFQ).

This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-06 December 04, 2023.

The North American Industry Classification System (NAICS) code for this procurement is 517410 – SATELLITE TELECOMMUNICATIONS, with a small business size standard of $44 million. The requirement is being competed full and open competition, restricted with a woman owned small business set-aside.

The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for:

See attached Bill of Material and other required attachments. Satellite internet must be in place and operations by 03/16/2024.

Place of Performance: NIH Remote locations in Mali. (see Bill of Material)

The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein.  The award will be based on the following: technical capability to meet the requirements and price.

The following FAR provisions apply to this acquisition:

FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023)

FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 2023)

FAR 52.204-7 System for Award Management (OCT 2018)

(Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record)

FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements – Representation (JAN 2017)

FAR 52.204–26 Covered Telecommunications Equipment or Services-Representation

(OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26

The following FAR contract clauses apply to this acquisition:

FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2023)

FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEC 2023)

*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.

FAR 52.217-8 Option to Extend Services.

FAR 52.217-9 Option to Extend the Term of the Contract.

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)

FAR 52.204-13 System for Award Management Maintenance (Oct 2018)

FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)

HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015)

52.252-2 -- Clauses Incorporated by Reference. (Feb 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:  http://farsite.hill.af.mil/vffara.htm

By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database at the time of submitting quote, prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov).

Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.

Submission shall be received not later than Monday March 11th, 2024 @ 11:00 AM EST.

All quotations and required documents must be submitted via the NIAID electronic Simplified Acquisition Submission System (eSASS) website at https://esass.nih.gov. All vendors must register in the eSASS system to submit a quotation. Instructions on how to register / submit quotes are included on the website. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible sources may submit an offer that will be considered by this Agency. 

Contact Information

Contracting Office Address

  • 5601 FISHERS LANE, SUITE 3D11
  • BETHESDA , MD 20892
  • USA

Primary Point of Contact

Secondary Point of Contact

History