Search Contract Opportunities

OPTION - Satellite TV and Maintenance Services   2

Type: Synopsis Solicitation • ID: W9124B-23-Q-0UJK

Description

Posted: March 22, 2023, 1:55 p.m. EDT
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W9124B-23-Q-0UJK and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 517410 with a small business size standard of $38.50M. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids.
The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:
2023-03-30 15:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.
FOB Destination shall be , null null
The MICC Fort Irwin requires the following items, Purchase Description Determined by Line Item, to the following:
Base Period of Performance: 06/15/2023 - 06/14/2024
LI 001: SAT TV for Bldg. 106; Human resources/HQ Conference Room 120; 1 TV, 12, Months;
LI 002: SAT TV for Bldg. 107; MPD Customer Lobby; 1 TV, 12, Months;
LI 003: SAT TV for Bldg. 108 (A); In/Out Processing Customer Lobby; 1 TV, 12, Months;
LI 004: SAT TV for Bldg. 108 (B); Room 103; 1 TV, 12, Months;
LI 005: SAT TV for Bldg. 109; AG Replacement Conference Room 113; 1 TV, 12, Months;
LI 006: SAT TV for Bldg. 452; ASAP Customer Lobby; 1 TV, 12, Months;
LI 007: SAT TV for Bldg. 230 (A); Client Services Customer Lobby; 1 TV, 12, Months;
LI 008: SAT TV for Bldg. 230 (B); TDS Customer Lobby; 1 TV, 12, Months;
LI 009: SAT TV for Bldg. 230 (C); Tax Center Customer Lobby; 1 TV, 12, Months;
LI 010: SAT TV for Bldg. 242; HQ Customer Lobby; 1 TV, 12, Months;
LI 011: SAT TV for Bldg. 237 (A); Garrison Commander's Office - Room 106; 1 TV, 12, Months;
LI 012: SAT TV for Bldg. 237 (B); PAI Conference - Room 122; 1 TV, 12, Months;
LI 013: SAT TV for Bldg. 237 (C); Garrison Conference - Room 120; 3 TVs, 12, Months;
LI 014: SAT TV for Bldg. 237 (D); IOC - Room 131; 6 TVs, 12, Months;
LI 015: SAT TV for Bldg. 326 (A); MP Station Patrol Room; 1 TV, 12, Months;
LI 016: SAT TV for Bldg. 326 (B); MP Station Dispatch Room; 1 TV, 12, Months;
LI 017: SAT TV for Bldg. 326 (C); MP Station Break Room; 1 TV, 12, Months;
LI 018: SAT TV for Bldg. 334 (A); Main Conference Room; 1 TV, 12, Months;
LI 019: SAT TV for Bldg. 334 (B); ALT Conference Room; 1 TV, 12, Months;
LI 020: SAT TV for Bldg. 983 (A); Main Room; 1 TV, 12, Months;
LI 021: SAT TV for Bldg. 983 (B); Director's Office; 1 TV, 12, Months;
LI 022: SAT TV for Bldg. 1204; Customer Lobby; 1 TV, 12, Months;
LI 023: SAT TV for Bldg. 315; Customer Lobby; 1 TV, 12, Months;
LI 024: SAT TV for Bldg. 254; Dining Facility; 6 TVs, 12, Months;
LI 025: SAT TV for Bldg. 271; Dining Facility; 7 TVs, 12, Months;
LI 026: Installation, 1, Job;
LI 027: Preventative Maintenance, 4, Quarters;
Option 1 Period of Performance: 06/15/2024 - 06/14/2025
LI 001: SAT TV for Bldg. 106; Human resources/HQ Conference Room 120; 1 TV, 12, Months;
LI 002: SAT TV for Bldg. 107; MPD Customer Lobby; 1 TV, 12, Months;
LI 003: SAT TV for Bldg. 108 (A); In/Out Processing Customer Lobby; 1 TV, 12, Months;
LI 004: SAT TV for Bldg. 108 (B); Room 103; 1 TV, 12, Months;
LI 005: SAT TV for Bldg. 109; AG Replacement Conference Room 113; 1 TV, 12, Months;
LI 006: SAT TV for Bldg. 452; ASAP Customer Lobby; 1 TV, 12, Months;
LI 007: SAT TV for Bldg. 230 (A); Client Services Customer Lobby; 1 TV, 12, Months;
LI 008: SAT TV for Bldg. 230 (B); TDS Customer Lobby; 1 TV, 12, Months;
LI 009: SAT TV for Bldg. 230 (C); Tax Center Customer Lobby; 1 TV, 12, Months;
LI 010: SAT TV for Bldg. 242; HQ Customer Lobby; 1 TV, 12, Months;
LI 011: SAT TV for Bldg. 237 (A); Garrison Commander's Office - Room 106; 1 TV, 12, Months;
LI 012: SAT TV for Bldg. 237 (B); PAI Conference - Room 122; 1 TV, 12, Months;
LI 013: SAT TV for Bldg. 237 (C); Garrison Conference - Room 120; 3 TVs, 12, Months;
LI 014: SAT TV for Bldg. 237 (D); IOC - Room 131; 6 TVs, 12, Months;
LI 015: SAT TV for Bldg. 326 (A); MP Station Patrol Room; 1 TV, 12, Months;
LI 016: SAT TV for Bldg. 326 (B); MP Station Dispatch Room; 1 TV, 12, Months;
LI 017: SAT TV for Bldg. 326 (C); MP Station Break Room; 1 TV, 12, Months;
LI 018: SAT TV for Bldg. 334 (A); Main Conference Room; 1 TV, 12, Months;
LI 019: SAT TV for Bldg. 334 (B); ALT Conference Room; 1 TV, 12, Months;
LI 020: SAT TV for Bldg. 983 (A); Main Room; 1 TV, 12, Months;
LI 021: SAT TV for Bldg. 983 (B); Director's Office; 1 TV, 12, Months;
LI 022: SAT TV for Bldg. 1204; Customer Lobby; 1 TV, 12, Months;
LI 023: SAT TV for Bldg. 315; Customer Lobby; 1 TV, 12, Months;
LI 024: SAT TV for Bldg. 254; Dining Facility; 6 TVs, 12, Months;
LI 025: SAT TV for Bldg. 271; Dining Facility; 7 TVs, 12, Months;
LI 026: Preventative Maintenance, 4, Quarters;
Option 2 Period of Performance: 06/15/2025 - 06/14/2026
LI 001: SAT TV for Bldg. 106; Human resources/HQ Conference Room 120; 1 TV, 12, Months;
LI 002: SAT TV for Bldg. 107; MPD Customer Lobby; 1 TV, 12, Months;
LI 003: SAT TV for Bldg. 108 (A); In/Out Processing Customer Lobby; 1 TV, 12, Months;
LI 004: SAT TV for Bldg. 108 (B); Room 103; 1 TV, 12, Months;
LI 005: SAT TV for Bldg. 109; AG Replacement Conference Room 113; 1 TV, 12, Months;
LI 006: SAT TV for Bldg. 452; ASAP Customer Lobby; 1 TV, 12, Months;
LI 007: SAT TV for Bldg. 230 (A); Client Services Customer Lobby; 1 TV, 12, Months;
LI 008: SAT TV for Bldg. 230 (B); TDS Customer Lobby; 1 TV, 12, Months;
LI 009: SAT TV for Bldg. 230 (C); Tax Center Customer Lobby; 1 TV, 12, Months;
LI 010: SAT TV for Bldg. 242; HQ Customer Lobby; 1 TV, 12, Months;
LI 011: SAT TV for Bldg. 237 (A); Garrison Commander's Office - Room 106; 1 TV, 12, Months;
LI 012: SAT TV for Bldg. 237 (B); PAI Conference - Room 122; 1 TV, 12, Months;
LI 013: SAT TV for Bldg. 237 (C); Garrison Conference - Room 120; 3 TVs, 12, Months;
LI 014: SAT TV for Bldg. 237 (D); IOC - Room 131; 6 TVs, 12, Months;
LI 015: SAT TV for Bldg. 326 (A); MP Station Patrol Room; 1 TV, 12, Months;
LI 016: SAT TV for Bldg. 326 (B); MP Station Dispatch Room; 1 TV, 12, Months;
LI 017: SAT TV for Bldg. 326 (C); MP Station Break Room; 1 TV, 12, Months;
LI 018: SAT TV for Bldg. 334 (A); Main Conference Room; 1 TV, 12, Months;
LI 019: SAT TV for Bldg. 334 (B); ALT Conference Room; 1 TV, 12, Months;
LI 020: SAT TV for Bldg. 983 (A); Main Room; 1 TV, 12, Months;
LI 021: SAT TV for Bldg. 983 (B); Director's Office; 1 TV, 12, Months;
LI 022: SAT TV for Bldg. 1204; Customer Lobby; 1 TV, 12, Months;
LI 023: SAT TV for Bldg. 315; Customer Lobby; 1 TV, 12, Months;
LI 024: SAT TV for Bldg. 254; Dining Facility; 6 TVs, 12, Months;
LI 025: SAT TV for Bldg. 271; Dining Facility; 7 TVs, 12, Months;
LI 026: Removal of contractor property, 1, Job;
LI 027: Preventative Maintenance, 4, Quarters;
Solicitation and Buy Attachments
***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***
For this solicitation, MICC Fort Irwin intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Irwin is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
New or in good condition- initial acceptance will be at the discretion of the acceptor during the delivery. All items required must be fully functional, present, and compatible as required by the SOW.
Bid MUST be good for 30 calendar days after close of Buy.
Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.
This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov.
Delivery must be made in accordance with the timeline outlined in the Performance Work Statement.
The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225- 13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the WAWF. The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration (CCR) site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website home page under "about WAWF". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095;Fax commercial: 801-605-7453 or CSCASSIG@CSD,DISA.MIL.
The Government reserves the right to vary quantities by +/- 30% due to operational requirements and to make multiple awards to meet said requirements. The Government also reserves the right to increase and decrease the Period of Performance dates due to mission requirement. In the event this happens, the Contracting Officer will notify the Contractor within 12-24 hours to make adjustments accordingly. The Government will not be charged for mission changes.
Sellers must present their representations and certifications, upon request, through the Online Representatives and Certifications Application (ORCA) at http://SAM.gov
The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In accordance with 52.212-1(b)(4), the award will be made to the lowest priced quote that is compliant with the item requirements in the solicitation.
As identified in Question Submission, "questions not received in a reasonable time prior to close of the solicitation may not be considered" are defined FOR THIS SOLICITATION as: THE CUTOFF TIME FOR RECEIPT OF QUESTIONS REGARDING THIS SOLICITATION IS XXXXXXXXXX. ALL QUESTIONS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. All questions submitted within the allotted time will be answered within 24 hours.
Certification Regarding Responsibility Matters (Apr 2010) (a) (1) The Offeror certifies, to the best of its knowledge and belief, that -- (i) The Offeror and/or any of its Principals -- (A) Are [_] are not [_] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have [_] have not [_], within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks have , the offeror shall also see 52.209-7, if included in this solicitation); and (C) Are [_] are not [_] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; and (D) Have [_], have not [_], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded.
(2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has [[_] has not [_], within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) Principal, for the purposes of this certification, means an officer; director; owner; partner; or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.
(c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror non-responsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.
The Government will not be responsible for returning equipment with a full tank of gas or paying to refuel the equipment at the end of the Period of Performance. DELIVERY/PICKUP AND REFUELING COST MUST BE INCLUDED IN THE QUOTE.
Posted: March 17, 2023, 2:55 p.m. EDT

Overview

Response Deadline
March 30, 2023, 3:30 p.m. EDT (original: March 24, 2023, 3:30 p.m. EDT) Past Due
Posted
March 17, 2023, 2:55 p.m. EDT (updated: March 22, 2023, 1:55 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
null
Source
SAM

Current SBA Size Standard
$44 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Signs of Shaping
86% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 3/17/23 MICC Fort Irwin issued Synopsis Solicitation W9124B-23-Q-0UJK for OPTION - Satellite TV and Maintenance Services due 3/30/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 517410 (SBA Size Standard $44 Million) and PSC W099.
Primary Contact
Name
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation W9124B-23-Q-0UJK

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W9124B-23-Q-0UJK

Award Notifications

Agency published notification of awards for Synopsis Solicitation W9124B-23-Q-0UJK

Contract Awards

Prime contracts awarded through Synopsis Solicitation W9124B-23-Q-0UJK

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W9124B-23-Q-0UJK

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W9124B-23-Q-0UJK

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W9124B-23-Q-0UJK

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > 418TH CSB
FPDS Organization Code
2100-W9124B
Source Organization Code
500036562
Last Updated
Sept. 26, 2023
Last Updated By
michael.a.collum.civ@mail.mil
Archive Date
Sept. 26, 2023