Wisconsin Bids > Bid Detail

Commercial Internet at the 115th FW in Madison, WI

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159513017477495
Posted Date: Dec 6, 2022
Due Date: Dec 19, 2022
Solicitation No: W50S9F-23-Q-0007
Source: https://sam.gov/opp/ae05051bb3...
Follow
Commercial Internet at the 115th FW in Madison, WI
Active
Contract Opportunity
Notice ID
W50S9F-23-Q-0007
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N8 USPFO ACTIVITY WIANG 115
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Dec 06, 2022 01:34 pm CST
  • Original Published Date: Dec 03, 2022 03:49 pm CST
  • Updated Date Offers Due: Dec 19, 2022 10:00 am CST
  • Original Date Offers Due: Dec 19, 2022 10:00 am CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 03, 2023
  • Original Inactive Date: Jan 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DG11 - IT AND TELECOM - NETWORK: TELECOM ACCESS SERVICES
  • NAICS Code:
    • 517111 - Wired Telecommunications Carriers
  • Place of Performance:
    Madison , WI 53704
    USA
Description

The 115th Fighter Wing, Wisconsin Air National Guard, has a requirement for high-speed commercial internet service at 3110 Mitchell St, Madison WI 53704 beginning 01 January 2023. The Government intends to award a one base year, with four option years. See section (v - vii) for a description of requirements.



(i) 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. FAR Part 13 procedures will be utilized.



(ii) Solicitation W50S9F-23-Q-0007 is issued as a Request for Quotation (RFQ).



(iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08, effective 28 October 2022, and Defense Acquisition Circular DPN 20221028, effective 28 October 2022.



(iv) This RFQ is solicited as a Total Small Business Set-Aside. The NAICS is 517111 with a small business size standard of 1,500 Employees.



(v - vii) Description of Requirement



The objective of this project is to obtain gigabit Internet to the 115th Fighter Wing’s demarcation point in Building 505. The successful offeror must either utilize existing fiber optic infrastructure that connects to the demarcation point in Building 505 or coordinate installation of new fiber optic infrastructure, reserve a static internet protocol version 4 address for the service, and write a new or provide an existing standard service-level agreement describing bandwidth, uptime, and service call response time assurances.



A contract with one base year plus four option years options is anticipated, resulting in the following line items a firm-fixed-price contract:



Line Item; Description/Quantity



Item 1: Installation



Item 2: Base Year



Item 3: Option Year 1



Item 4: Option Year 2



Item 5: Option Year 3



Item 6: Option Year 4



The desired period of performance is 01 January 2023 – 31 December 2023.



(viii) The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition.



(ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is included in this solicitation. The Government intends to award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation is most advantageous to the Government, price and other factors considered. Determination of best value will include an evaluation of price, past performance, and technical characteristics. The price of the options will be included in the evaluation for award purposes.



(x) The offeror must include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with a quote or be currently registered in the SAM website with Representations and Certifications completed.



(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.



(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii.



(xiii) The following additional agreement requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition:



Award will be made to the offeror who represents the best value to the Government as outlined IAW the criteria set forth within the solicitation (Section ix). No contract award will be made until appropriated funds are made available.



In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using Wide Area Workflow (WAWF).



Additional required provisions and clauses are listed in the attachment “Applicable Provisions and Clauses.”



(xiv) DPAS Rating does not apply to this acquisition.



(xv) Quotes must be received no later than the time and date indicated on this RFQ to be considered. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received.



Instructions to Offerors:



1. Quotes in response to this solicitation MUST include:



a. Complete monthly pricing for the base year and each of the four option years. If the contract is awarded, the Government may unilaterally exercise the option at the quoted price within the agreed-upon timeframe.



b. Service-level Agreement.



c. The Offeror’s Unique Entity Identifier (UEI) and CAGE.



d. Technical description detailing any equipment provided and the plan to complete this requirement.



e. Reference RFQ W50S9F-23-Q-0007 in your response.



2. It is the interested Offeror’s responsibility to check Contract Opportunities on SAM.gov for updated information.



3. A site visit may be offered if required. An interested vendor must email the POC no later than 12 December 2022 to request a site visit. If a site visit is offered, the date of the visit will be determined by the Government, it will occur no later than 16 December 2022, and this notice will be updated.



4. If your quote includes large attachments. more than 10 mb, email the POC to receive a link to upload the files. Failure to do so may mean that your quote will not be received.



(xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received within a reasonable time prior to the response date may not be answered.


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR WIANG DO NOT DELETE 3110 MITCHELL ST BLDG 500
  • MADISON , WI 53704-2591
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >