Commercial Internet Service

expired opportunity(Expired)
From: Federal Government(Federal)
W912KZ-19-Q-5007

Basic Details

started - 22 May, 2019 (about 4 years ago)

Start Date

22 May, 2019 (about 4 years ago)
due - 24 Jun, 2019 (about 4 years ago)

Due Date

24 Jun, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
W912KZ-19-Q-5007

Identifier

W912KZ-19-Q-5007
Department of the Army

Customer / Agency

DEPT OF DEFENSE (698534)DEPT OF THE ARMY (131660)NGB (17276)W7NA USPFO ACTIVITY KYANG 123 (214)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This modification dated May 22, 2019 is to revise requested bandwidth from 50 MBps to 100 Mbps. Please see revised PWS attachedThis modifcation is to reissue solictation with corrected internet speed requested. Original solcitation requested 50 Mbps and new request is for 50 MBps per requesting agency. Solictation will close  24 June 2019 @ 9:00AM EST. New performance work statement has been attached. Contact Points:TSGT Anthony Hayden/Anthony.m.hayden2.mil@mail.milDelivery/Service shall be FOB Destination for the following items to:Kentucky Air National Guard1101 Grade LaneLouisville, KY 40213Description:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6- Streamlined Procedures for evaluation and solicitation for Commercial Items- as Supplemented with additional information included in this notice. This announcement constitutes the only
solicitation; Quotations are being requested and a separate written solicitation document will not be issued. The solicitation is being issued using Simplified Acquisition Procedures.This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC-79)Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. All responses to the questions will be made in writing, without identification of the questioner, and be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.The associated North American Industrial Classification System (NAICS) code for this procurement is 517311 with a small business size standard of 1500 employees. This acquisition is being procured using full and open competition and all interested parties may submit a quotation for consideration.*** All interested Contractors shall provide a quote for the following:All Items must be new. Porotypes, demonstration models, used, or refurbished equipment will not be considered for award. All line items will accept items that meet or exceed specifications of items solicited as an OR EQUAL item.Price Schedule:All offerors shall provide a quotation for the following line items:Commercial Internet Service for the 123rd Airlift Wing located at 1101 Grade Lane Louisville, Kentucky 40213 Building 400 room 134.ScopeContractor will establish and maintain a commercial internet circuit terminating in building 400 room 134. This circuit will be utilized solely for mission support for vehicle maintenance diagnostic tool kit, aircraft maintenance enhanced technical information management system, electronic flight bag connectivity to DISA Mobility Unclassified Capability (DMUC) Mobile Device Management (MDM) to apply security policy and provide a mobile app store, and Public Affairs information access.Deliverables1. The contractor shall provide and maintain a circuit solution meeting or exceeding a bandwidth of 100Mbps upload and 100Mbps download.2. The contractor shall provide for the physical security of contractor installed equipment until installation is completed and accepted by the Government.3. Location for termination and placement of equipment in the transmission room will be identified by the 123rd Communications Flight. Electrical power for equipment will be provided by the 123rd Civil Engineering Squadron.4. The contractor shall adhere to all standards governed by the National Fire Protection Association (NFPA-101 Life Safety Code, 2012 Edition). No firewall discontinuities.5. The contractor shall be responsible for the design, configuration and installation of all cabling and equipment needed for the circuit.6. The contractor shall provide technical support via a call center for the 123rd Communications Flight staff.7. The contractor shall provide return telephone support within two hours (if needed) and onsite support within 24 hours (if required).8. The contractor shall provide service availability with an expected uptime of no less than 99%.9. The contractor shall schedule initial equipment installation and maintenance from 0800 to 1530 hours local time. Notification of a foreseen event affecting circuit performance shall be communicated from the contractor to the 123rd Communications Flight staff no less than 7 days prior to the event.10. The contractor shall test, validate, repair, replace (as needed), and maintain installed equipment necessary to provide the circuit capability.11. Contractor will use the provided cable path to enter the building using the underground duct system from manhole.12. If any building modifications are required, contact 123rd Civil Engineering Squadron (example, drill holes in wall, cut wall...)13. Access and General Protection/Security Policy and Procedures. This standard language is for contractor employees with an area of performance within Government controlled installation, facility, or area. The contractor shall comply with all applicable installation/facility access and local security policies and procedures, which may be obtained from the Contracting Officer's Representative (COR). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the local installation's Security Forces, Director of Emergency Services or local Security Office. The contractor shall ensure compliance with all personal identity verification requirements as directed by DoD, HAF and/or local policy. Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes.14. For Contractors that do not require CAC, but require access to a DoD Facility and/or Installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (AFI 31-101 and AFI 10-245), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations.15. AT Level I Training. This standard language is for contractor employees with an area of performance within a Government controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access Government Installations, Facilities and Controlled Access areas shall complete AT Level I awareness training within 10 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. Certificates of completion for each affected contractor employee and subcontractor employee will be maintained by the COR or Antiterrorism Representative. AT level I Awareness Training is available at the following website: http://jko.jten.mil.Provisions and Clauses:The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.milProvisions52.204-7 System for Award Management52.212-1 Instructions to Offerors- Commercial Items52.212-3 Offerors Representations and Certifications-Commercial Items52.225-18 Place of Manufacture52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representation and CertificationsClausesThe following FAR clauses apply to this acquisition and will be incorporated into the resultant contract. FAR 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/these address(es): http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil52.202-1 Definitions52.203-5 Covenant Against Contingent Fees52.203-6 Restrictions on Subcontractor Sales to the Government52.203-7 Anti-Kickback Procedures52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights52.204-9 Personal Identity Verification of Contractor Personnel52.204-10 Reporting Executive Compensation and First-Tier52.204-10 Reporting Executive Compensation 52.204-13 System for Award Management52.204-19 Incorporation by Reference of Representations and Certificates52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)52.212-4 Contract Terms and Conditions- Commercial Items52.216-25 Contract Definitization52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns52.222-50 Combatting Trafficking in Persons (FEB 2009) (22 U.S.C.7104(g))52.222-3 Convict Labor (June2003) (E.O. 11755)52.222-19 Child Labor- Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (Feb 1999)52.222-21 Prohibition of Segregated Facilities52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246)52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment- Requirements52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) 52.225-1 Buy American Supplies52.225-3 Buy American Free Trade Agreements Israeli Trade Act Certificate Alternate I52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O. proclamations, and statues administered by the Office of Foreign Assets Control of the Department if the Treasury)52.232-25 Prompt Payment52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) ( 931 U.S.C. 3332) 52.216-24 Limitation of Government Liability52.216-25 Contract Definitization52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representations and Certifications52.232-39 Unenforceability of Unauthorized Obligations52.232-40 Providing Accelerated Payments to Small Business Contractors 52.233-3 Protests After Award (AUG 1996) ( 31 U.S.C. 3553)52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.244-6 Subcontracts for Commercial Items52.247-34 FOB Destination252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.211-7003 Item Unique Identification and Valuation252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (Jun 2012) 252.232-7006 Wide Area WorkFlow Payment Instructions252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.225-7048 Export-Controlled Items (Jun 2013)Clauses incorporated by Full Text52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2018-O0021) (SEP 2018)(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.(b)(1) Notwithstanding the requirements of any other clauses of this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b) (1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).(iv) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(v) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.(vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015).(vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).(viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793).(x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).(xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.(xii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).(xiii)(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).(xiv) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).(xv) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).(xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989).(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).(xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).(xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).(B) Alternate I (JAN 2017) of 52.224-3.(xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.(xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of clause)252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010)The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components._X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181).(14)(i) _X 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL 2009) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note).(25)(i)_X_ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631).(26) _X_ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract:252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631).252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause)For offers to be considered at a minimum all RFQs must include the following: CompletedRepresentations /Certifications (SAM), Completed Pricing Schedule, Completed Acknowledgement of Terms and Conditions. Offerors shall submit quotations to 123rd Contracting Office, no later than Monday, June 24, 2019 at 9:00AM EST.FAX quotations shall not be accepted. E-mail quotations shall be accepted at anthony.m.hayden2.mil@mail.mil or amanda.l.blackburn2.mil@mail.mil. Please reference the RFQ number in the subject line of email communications. Offerors' quotations shall not be deemed received by the Government until the quotation is entered in the e-mail box set forth above. Also, include DUNS, Cage code, Tax ID, Shipping & Lead Time for items. EvaluationAward shall be made to the vendor based on lowest priced, technically acceptable. Technically acceptability means that the quote meets all of the stated minimum specifications. The Government shall evaluate price for reasonableness. 

1101 Grade Lane Louisville, Kentucky 40213 United StatesLocation

Place Of Performance : 1101 Grade Lane

Country : United States

You may also like

INTERNET CONNECTION SERVICE

Due: 30 Jun, 2024 (in 3 months)Agency: STATE, DEPARTMENT OF

INTERNET BASED POSTAGE SERVICES

Due: 30 Apr, 2024 (in 1 month)Agency: Stamps.com Inc.

Appointment of a Service Provider to Provide Internet & Datacenter Hosting Services for a Fixed Term Period

Due: 02 Apr, 2024 (in 3 days)Agency: Ekurhuleni Water Care Company (ERWAT)

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

517 -- Telecommunications/517311 -- Wired Telecommunications Carriers
naicsCode 517311
pscCode DIT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS