This is a combined synopsis/solicitation for commercial items 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.
This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 517110 with a small business size standard of 1,500 employees. This requirement is NOT a small business set-aside. The Army Network Enterprise Technology Command (NETCOM) has a requirement for commercial monthly flat rate local telephone service for the services listed in the Statement of Work. The period of performance is for one base year and four option years.
The contract line item numbers and items, quantities and units of measure pertaining to this requirement are identified on the attached Pricing Schedule. The scope of the work to be acquired is set forth in the Statement of Work (SOW).
Clauses and provisions are available online at http://farsite.hill.af.mil .
The following FAR provisions and clauses apply to this acquisition:
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred Suspended or Proposed for Debarment
52.212-1 Instructions to Offerors-Commercial Items.
52.212-2 Evaluations
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
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract
52.219-1 Small Business Program Representations, Alt I
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
52.222-36 Affirmative Action for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging while driving
52.225-13 Restrictions on Certain Foreign Purchases
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Reps and Certs
52.229-3 Federal, Local and State Taxes
52.232-33 Payment by Electronic Funds Transfer-System for Award Management
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.237-3 Continuity of Services
52.252-2 Clauses Incorporated by Reference
252.201-7000 Contracting Officers Representative
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7010 Levies on Contract Payments
252.239-7002 Access
252.239-7004 Orders for Facilities and Services
252.239-7007 Cancellation or Termination of Orders
252.239-7008 Reuse Arrangements
252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alt III
52.212-1 Addendum
(b) Submission of Offers.
Quotations must be submitted to the Contracting Officer vie e-mail at
[email protected] not later than 3 PM, Mountain Standard Time (MST), 30 June 2014.
Evaluations
The Government intends to award a firm-fixed price contract to the lowest priced quotation. The award shall be made on an--all or none-- basis to the successful responsive and responsible Offeror.
Statement of Work
1. 300 EA Direct-Inward-Dialing Numbers (DIDs) within the range 434-971-3100 to 3399.
2. 3 EA ISDN Basic Rate Interface (BRI) lines delivered to the demarcation point located at 600 Massie Road, Charlottesville, VA.
3. 1 EA ISDN Primary Rate Interface (PRI) with 1 D-channel and 23, 2-way, B-channels with Caller ID delivered to the demarcation point located at 600 Massie Road, Charlottesville, VA
Offerors must be a current local exchange carrier (LEC) certified to provide local telephone service within the State of Virginia. The prefix and numbers currently being used must remain unchanged. The contractor shall provide number portability for all services.
The Contractor shall coordinate with the Contracting Officer's Representative (COR) prior to installation, removal, expansion, and/or change out of equipment.
All communications services provided under this contract shall have NETWORX designated as the Primary Interchange Carrier (PIC) for long distance services.
Usage, toll, long distance, third-party or any other charges for services or items not listed within the Statement of Work are not authorized under this contract.
The contractor will block the following on all communications services provided under this contract:
Directory Assistance Call Completion (DACC) and Directory Assistance.
Third-party billing
10-10 dialing
Collect Calls
Automatic Call Return Feature
In the event of an outage, the COR will classify the outage as catastrophic, emergency, serious or routine, depending on the impact to the mission, and notify the contractor of the outage and the classification. The Contractor shall respond to service outages within one (1) hour of notification.
Catastrophic outages shall be restored within four (4) hours.
Emergency outages shall be restored within eight hours (8) hours.
Serious outages shall be restored within twenty-four (24) hours.
Routine outages shall be restored within two (2) calendar days.
Bid Protests Not Available