Solicitation W912QG-18-Q-0002 is being issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through FAC 2005-96 effective 06 NOV 2017. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil. The NAICS code for this procurement is 517410 with a size standard of $32.5 million.
READ THIS ANNOUCEMENT IN ITS ENTIRETY
Basis of Award: LPTA
The Government intends to award a Firm Fixed Price contract for VIASAT Exede Enterprise Satellite Service Plan for four (4) terminals. The basis of the award will be LPTA. This award will be made without discussions so it is highly encouraged that you quote your most advantageous pricing in your initial response. The award will be for a Base Year (Period of Performance will be 01 June 2018 - 31 May 2019), and one (1) Option Year (Period of Performance will be 01 June 2019 - 31 May 2020 if exercised). The Option Year must be priced on your quote.
REQUIREMENT:
The VIASAT Excede Enterprise satellite service plan must include the following:
a. Enterprise roaming service pre-paid plan of at least 500 GB per terminal per year (4 VIASAT Terminals)
b. 18 Mbs downlink and 5 Mbs uplink for CONUS coverage
c. 24-hour continuous service (Including all holidays)
d. Contractor will be responsible for providing a technical assistance contact who will answer and/or mediate service issues within 24-hours of notification
This requirement is a 100% Total Small Business Set-Aside.
Follow the Contract Line Item Number (CLIN) structure listed below when preparing your quote:
CLIN 0001 - Enterprise Roaming Service Pre-paid plan of 500GB per terminal per year, to include VoIP phone capability with locally managed call manager
QTY: 4 (there are 4 terminals)
Unit: Each
Unit Price: $
Line Item 0001 $
CLIN 0002 - Option Year One
QTY: 4
Unit: Each
Unit Price: $
Line Item 0002: $
The following FAR/DFARS clauses and provisions apply to this solicitation and will in full force in any resultant award.
52.201 Definitions
52.203-19 Prohibition of Contracting with Entities the Require Certain Internal Confidentiality
Agreements of Statements
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation & First Tier Subcontract Award
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-22 Alternative Line Item Proposal
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-1 Instructions to Offerors - Commercial Items
52.212-2 Evaluation - Commercial Items
52.212-3 ALT I Offeror Representation and Certifications - Commercial Items
Include completed copy of this provision with your proposal or indicate
(with DUNS Number) that current information in available on the Federal
Government website SAM (https://www.sam.gov). Prospective contractors
Must be registered and ACTIVE in SAM at the time of award.
52.212-4 Contract Terms and Conditions - Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive
Orders (EOs) - Commercial Items (Deviation 2013-O0019)
52.219-6 Notice of Total Small Business Set-Aside
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 Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer - System for Awards Management
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.252-2 Clauses Incorporated by Reference
This contract will incorporate 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 by access http://farsite.hill.af.mil.
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations in Clauses
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulations System (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information
252.204-7011 Alternative Line Item Structure
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.225-7031 Secondary Arab Boycott of Israel
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies on Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000 Subcontracts for Commercial Items
The Offeror shall submit an electronic company of their signed and dated offer via
email to SGT Christopher Jones at [email protected] with the
solicitation number in the subject block NLT 10:00 AM EST on Monday, 21 May 2018.
All offers must include your DUNS Number, Tax ID Number, Cage Code and physical
Address.
Request for Information (RFI): All questions must be submitted in the form of an RFI
in writing to SGT Christopher Jones via email at [email protected]
no later than 15 May 2018 at 10:00 AM EST. Those RFIs not received during the
prescribed date and time will not be answered.