Internet services

Agency: DEPT OF DEFENSE
State: Hawaii
Type of Government: Federal
Category:
Posted: Apr 11, 2024
Due: Apr 22, 2024
Solicitation No: N3225324RC14014
Publication URL: To access bid details, please log in.
Follow
Internet services
Active
Contract Opportunity
Notice ID
N3225324RC14014
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SHIPYARD
Office
PORTSMOUTH NAVAL SHIPYARD GF
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)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 11, 2024 02:54 pm EDT
  • Original Date Offers Due: Apr 22, 2024 08:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7G21 - IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 517121 - Telecommunications Resellers
  • Place of Performance:
    JBPHH , HI 96860
    USA
Description

COMBINED SYNOPSIS/SOLICITATION NOTICE:

Requirement Title: Internet services

Solicitation Number: N3225324RC14014

Response Deadline: April 22,2024 at 0800 EST

POC: Raymond Dennis, Raymond.j.dennis.civ@us.navy.mil , 207-994-0743

GENERAL INFORMATION:

1. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in 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 Paper copies of this solicitation will not be available. This combined synopsis/solicitation SHALL be posted on SAM.GOV .

2. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-03 and DFARS Change Notice 20240326. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses:

https://www.acquisition.gov/browse/index/far and http://www.acq.osd.mil/dpap/dars/change_notices.html.

3. This solicitation is being issues as a(n): Request For Quotation (RFQ)

4. This acquisition is for: Total Small Business Set-Aside

5. North American Industry Classification System Code (NAICS): 517121 Telecommunications resellers

6. The size standard is: 1500 Employees

REQUIREMENT INFORMATION:

The Portsmouth Naval Shipyard requests responses from sources capable of providing the following:

• Required Delivery Date/Period of Performance: 05/03/2024 to 05/02/2025

• Place of Performance: Guam in support of Pearl Harbor Naval Shipyard & IMF, 667 Safeguard St, DLA Receiving, Joint Base Pearl Harbor - Hickham (JBPHH), HI 96860-5033



• METHOD OF PROPOSAL SUBMISSION:

Offers shall be submitted through SAM.gov. All responsible sources may submit a quote which shall be considered by the agency.

System for Award Management (SAM): Vendors 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/.

REQUEST FOR QUOTATION

N3904024RC40214

THIS IS NOT AN ORDER PLEASE PROVIDE DELIVERED PRICES, AVAILABILITY, AND PRICE SOURCE WITH QUOTE

REFERENCE # N3225324RC14014 DUE DATE: 04/22/2024 08:00 AM ET

From: Portsmouth Naval Shipyard Your company info: Raymond.j.dennis.civ@us.navy.mil Name:

Contracting, Code 410 POC:

Kittery, ME 03904 (P)

PHONE: 207-994-0743 Email:

Cage Code:

BUSINESS SIZE (circle one): SMALL LARGE PAYMENT TERMS ______%______DAYS

MOBILIZATION TIME: _________ARO PRICES DERIVED FROM (CHECK ONE)

F.O.B. DESTINATION, Y____N____ ___COMMERCIAL PRICE LIST DATED

IF NO, SHIPPING COST__________. ___INTERNAL PRICE LIST DATED

___OTHER ( PLEASE EXPLAIN )

Please indicate your preferred payment method by checking one of the options below. Payment options available are WAWF and GCPC: Government Commercial Purchase Card (up to $100,000). Please ensure that you register for WAWF (www.wawftraining.com)

GCPC_____ WAWF (Wide Area Workflow) _____

*Please note that purchase card orders are not paid up front. Once material is received, a Government cardholder may be contacted for purchase card information.

_X__ If checked, to be awarded on an “All or None” basis, and CPARS evaluation procedures apply.

YOUR SIGNATURE___________________________________DATE________________________

ITEM

DESCRIPTION

QTY

Unit Price

Total

0001

See Required Product List

• For evaluation purposes, please provide any applicable procedures and technical information. If no information is provided, your quotation may be determined to be unresponsive.

• Award may be made on the basis of Lowest Price technically acceptable.

• Please provide published commercial labor rates and breakdown of total prices, if applicable, for Price Justification purposes.

• See Below for Detailed Statement of Work and Applicable Clauses.

ALL OFFERS SHALL INCLUDE THIS FORM FILLED OUT IN ITS ENTIRETY (HIGHLIGHTED YELLOW FIELDS ARE REQUIRED).

REQUEST FOR QUOTATION

N3904024RC40214

CLAUSES:

Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement:

The following additional FAR provision and clauses are applicable to this procurement:

52.204-7 System for Award Management

52.204-13 SAM Maintenance

52.204-16 Commercial and Government Entity Code Reporting

52.204-17 Ownership or Control of Offeror

52.204-19 Incorporation by Reference of Representations and Certifications

52.204-20 Predecessor of Offeror

52.204-21 Basic Safeguarding of Covered Contractor Information Systems

52.204-22 Alternative Line Item Proposal

52.204-26 Covered Telecommunications Equipment or Services-Representation

52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-- Representation

52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction

52.252-2 Clauses Incorporated by Reference

52.252-6 Authorized Deviations in Clauses

Additional DFARS contract terms and conditions applicable to this procurement are:

252.203-7000 Requirements Relating to Compensation of Former DOD Officials

252.203-7002 Requirement to Inform Employees of Whistleblower Rights

252.204-7003 Control of Government Personnel at Work Product

252.204-7006 Billing Instructions

252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System

252.204-7008 Compliance with Safeguarding Covered Defense Information Controls

252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident

252.204-7015 Disclosure of Information to Litigation Support Contractors

252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.

252.225-7048 Export-Controlled Items

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

252.232-7006 Wide Area Work Flow Payment Instructions

252.232-7010 Levies on Contract Payments

252.244-7000 Subcontracts for Commercial Items

252.247-7023 Transportation of Supplies by Sea

NAVSEA CLAUSES

C-202-H001 ADDITIONAL DEFINITIONS–BASIC

C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES

C-211-H018 APPROVAL BY THE GOVERNMENT

C-212-W002 COMMERCIAL SUPPLIER AGREEMENTS

C-227-H010 COMPUTER SOFTWARE AND COMPUTER DATA BASES DELIVERED

REQUEST FOR QUOTATION

N3904024RC40214

TO OR RECEIVED FROM THE GOVERNMENT

C-246-H001 EXTENSION OF COMMERCIAL WARRANTY

D-211-H004 IDENTIFICATION MARKING OF PARTS--BASIC (NAVSEA)

D-247-H002 PACKAGING OF SUPPLIES—BASIC (NAVSEA)

D-247-W001 PROHIBITED PACKING MATERIALS (NAVSEA)

F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY

G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE

G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING

G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES

52.212-2 Evaluation—Commercial Products and Commercial Services.

The Government intends to award a single firm-fixed price task order to the lowest-priced, technically acceptable Offeror based on an evaluation of the following criteria.

-Technical Acceptability

- Price

Technical Acceptability: Vendors quoting other than internet services In accordance with FAR subpart 19.502, will be rated technically unacceptable and no longer eligible for award. If the Technical Submission does not meet the minimum requirements it will be rated as “Unacceptable”, and will no longer be considered for award.

Technical Evaluation Ratings:

Rating: Acceptable

Description: Submission by an Authorized Reseller that clearly meets the minimum requirements of the solicitation

Rating: Unacceptable

Description: Submission does not clearly meet the minimum requirements of the solicitation.

Price: Price will not be evaluated on quotations found to be Unacceptable under the Technical Approach Factor. The Government will determine whether prices are complete and fair and reasonable. Prices that are unreasonable, or incomplete may be eliminated from further consideration. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.

System for Award Management (SAM): Vendor 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
  • PORTSMOUTH NH 03801-5000
  • PORTSMOUTH , NH 03801-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 11, 2024 02:54 pm EDTCombined Synopsis/Solicitation (Original)

Related Document

Apr 25, 2024[Combined Synopsis/Solicitation (Updated)] ETHERNET
Apr 30, 2024[Combined Synopsis/Solicitation (Updated)] ETHERNET
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow USCGC MIDGETT MANLIFT RENTAL 15JAN24 TO 22MAR24 Active Contract Opportunity Notice ID

Federal Agency

Bid Due: 12/26/2024

Solicitation # Title Category Jurisdiction Department Island Published Date Offer Due Date(HST) RFP-SFA-23-01

State Government of Hawaii

Bid Due: 5/17/2024

Follow Turtle Nest Detection Research Active Contract Opportunity Notice ID M00318TURTLENESTRESEARCH Related Notice

Federal Agency

Bid Due: 8/01/2024

Solicitation # Title Category Jurisdiction Department Island Published Date Offer Due Date(HST) 12-11-7758

State Government of Hawaii

Bid Due: 5/09/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.