Search Contract Opportunities

Ethernet

ID: N3225324RC14014 • Type: Synopsis Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: April 30, 2024, 5:58 a.m. EDT

COMBINED SYNOPSIS/SOLICITATION NOTICE:
Requirement Title: Ethernet
Solicitation Number: N3225324RC14014
Response Deadline: May 1,2024 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: 05/01/2024 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)

Posted: April 25, 2024, 3:27 p.m. EDT
Posted: April 11, 2024, 2:54 p.m. EDT
Background
This combined synopsis/solicitation is for commercial products or services and is prepared in accordance with the format in subpart 12.6. It constitutes the only solicitation, and proposals are being requested. The solicitation is a Request For Quotation (RFQ) and is a Total Small Business Set-Aside.

Work Details
The Portsmouth Naval Shipyard requests responses for providing internet services with a required delivery date/period of performance from 05/03/2024 to 05/02/2025.
The place of performance is Guam in support of Pearl Harbor Naval Shipyard & IMF, located at 667 Safeguard St, DLA Receiving, Joint Base Pearl Harbor - Hickham (JBPHH), HI 96860-5033. Offers shall be submitted through SAM.gov, and vendors must be registered in the SAM database to be considered for award.

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

Overview

Response Deadline
May 1, 2024, 8:00 a.m. EDT (original: April 22, 2024, 8:00 a.m. EDT) Past Due
Posted
April 11, 2024, 2:54 p.m. EDT (updated: April 30, 2024, 5:58 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
JBPHH, HI 96860 United States
Source

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000 - $200,000 (AI estimate)
Signs of Shaping
100% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 4/11/24 Naval Sea Systems Command issued Synopsis Solicitation N3225324RC14014 for Ethernet due 5/1/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 517121 (SBA Size Standard 1500 Employees) and PSC 7G21.
Primary Contact
Name
Raymond Dennis   Profile
Phone
(207) 994-0743

Documents

Posted documents for Synopsis Solicitation N3225324RC14014

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation N3225324RC14014

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N3225324RC14014

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N3225324RC14014

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA SHIPYARD > PORTSMOUTH NAVAL SHIPYARD GF
FPDS Organization Code
1700-N39040
Source Organization Code
500022126
Last Updated
May 16, 2024
Last Updated By
raymond.j.dennis.civ@us.navy.mil
Archive Date
May 16, 2024