Federal Bid

Last Updated on 24 Sep 2014 at 10 AM
Combined Synopsis/Solicitation
Klamath falls Oregon

D--REDUNDANT OFF-BASE CONNECTIVITY. SOLE-SOURCE (QWEST/CENTURYLINK). CURRENTLY UNFUNDED.

Solicitation ID W912JV-14-T-7011
Posted Date 23 Jul 2014 at 7 PM
Archive Date 24 Sep 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W7nw Uspfo Activity Orang 173
Agency Department Of Defense
Location Klamath falls Oregon United states 97603
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.

(1) CENTRAL CONTRACTOR REGISTRATION / WIDE AREA WORK FLOW: The Government requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register all firms must have a Dunn & Bradstreet number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at 800-333-0505. Contractors should submit their Certification and Representations using the online Representations and Certifications (ORCA) at https://orca.bpn.gov/. The successful offeror shall be able to invoice electronically using the process available at Wide Area Workflow https://wawf.eb.mil/. Alternate payment methods are not authorized.
(2) SET ASIDE: This solicitation is a Sole Source Set-Aside (Century Link); the associated NAICS code is 237130. The small business size standard is 33.5 million dollars. Size standards will be verified prior to making award by the Contracting Officer. THIS PROJECT IS NOT INTENDED FOR MANAGEMENT FIRMS OR BROKERS.
(3) EVALUATION AND AWARD; Award will be made on the basis of the lowest priced quote meeting or exceeding the salient characteristics listed in this solicitation. The Government intends to award one Firm Fixed Priced contract as a result of this solicitation. Failure to comply with the solicitation terms and conditions may result in a proposal being deemed as non-responsive. Read the solicitation carefully.
(4) REQUESTS FOR INFORMATION; Requests for information (RFI's) shall be e-mailed to the Contract Specialist (Matthew Marshall - [email protected]) within 5 business days of the solicitation close date.
(5) UTILITIES; The Government will pay for the usage of utilities required to complete this work IAW FAR Clause 52.236-14, Availability and use of utility service.
(6) STATEMENT OF WORK AND DRAWINGS: Reference the attached statement of work entitled quote mark Redundant Off Base Connectivity quote mark .
(7) WAGE DETERMINATION: Service Contract Act wages apply to this acquisition. Wage Determination Number 05-2439, Revision number 14 Date of revision 25 June 2013.
(8) SCHEDULE: Contractors shall have access Tuesday-Friday 0700-1600 and every other Monday 0700-1600. The contractor will not be allowed to work on the base SDO (scheduled day off) Mondays without approval of Base Civil Engineering. The contract performance period for these services shall not exceed 120 calendar days. The successful offeror shall be required to submit a schedule of work to allow for the 173rd Base Civil Engineering Office to coordinate appropriately with facility managers and users.
(9) PRICE SCHEDULE: CLIN 0001 - See statement of work.
(10) TO PROPOSE: Firms shall provide the following: A. Provide a Lump Sum price for CLIN 0001. B. Copy of on-line representations and certifications.
(11) PROPOSAL DUE DATE: Proposals shall be sent via e-mail to Matthew Marshall at [email protected] OR faxed to 541-885-6600 and received no later than 12:00 PM Pacific Standard Time on 25 August, 2014. Late proposals will not be accepted. Proposed pricing shall be valid for 45 calendar days.
(12) PROVISIONS/CLAUSES: The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: The solicitation document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-48, effective 31 Jan 2011. Clauses may not be in sequential order.
52.204-7 Central Contractor Registration;
52.212-1 Instructions to Offerors-Commercial Items;
52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a complete copy of this provision with their proposal)
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;
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards;
52.219-28 Post Award Small Business Program Representation;
52.222-3 Convict Labor;
52.222-19 Child Labor - Cooperation with Authorities and Remedies;
52.222-21 Prohibition of Segregated Facilities;
52.222-26 Equal Opportunity;
52.222-36 Affirmative Action for Workers with Disabilities;
52.223-18 Contractor Policy to Ban Text Messaging While Driving;
52.225-13 Restrictions on Certain Foreign Purchases;
52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration;
52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements
52.236-14 Availability and Use of Utility Services
52.237-2 Site Visit
52.222-41 Service Contract Act
52.215-5 Facsimile Proposals: 541-885-6600
52.232-18 Availability of Funds
252.201-7000 Contracting Officers Representative
252.204-7004 Required Central Contractor Registration. Alt A;
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items
252.225-7000 Buy American Act - Balance of Payments Program Certificate
252.232-7003 Electronic Submission of Payment Requests
252.247-7023 Transportation of Supplies by Sea Alt III
252.243-7002 Requests for Equitable Adjustment
52.252-2 Clauses Incorporated by Reference: 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/these address(es): http://www.arnet.gov/far or http://farsite.hill.af.mil/
(13) AT Level I Training: This provision/contract text is for contractor employees with an area of performance within a National Guard controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access to National Guard installations, facilities and controlled access shall complete AT Level I awareness training. There are two possible delivery methods for the training. A link will be provided at the time of award for completing the training online. In addition the AT Officer will hold weekly trainings every Tuesday at 0800. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the Anti-Terrorism Officer. Contact information for the AT Officer is:
Email: [email protected]
Phone: 541-885-6395

(15) POC: Point of Contact for this acquisition is Matthew Marshall, 173rd FW Contract Specialist, Kingsley Field Air National Guard Base, Phone 541-885-6181, E-mail [email protected] ; Fax 541-885-6600.

Bid Protests Not Available

Similar Past Bids

Location Unknown 08 Aug 2015 at 8 PM
Springfield Virginia 20 Aug 2020 at 6 PM
Location Unknown 29 Mar 2012 at 7 PM
Denver Colorado 28 Jun 2016 at 10 PM
Location Unknown 21 Sep 2016 at 9 PM