Montana Bids > Bid Detail

Consolidated Wireless Internet

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159732219101149
Posted Date: Dec 15, 2022
Due Date: Dec 21, 2022
Solicitation No: W50S7L-23-R-0002
Source: https://sam.gov/opp/037de70505...
Follow
Consolidated Wireless Internet
Active
Contract Opportunity
Notice ID
W50S7L-23-R-0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NK USPFO ACTIVITY MTANG 120
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Dec 15, 2022 11:57 am MST
  • Original Published Date: Nov 29, 2022 11:21 am MST
  • Updated Date Offers Due: Dec 21, 2022 02:00 pm MST
  • Original Date Offers Due: Dec 15, 2022 02:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 05, 2023
  • Original Inactive Date: Dec 30, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DG10 - IT AND TELECOM - NETWORK AS A SERVICE
  • NAICS Code:
    • 517112 - Wireless Telecommunications Carriers (except Satellite)
  • Place of Performance:
    Great Falls , MT 59404
    USA
Description

This is a combined synopsis/solicitation for 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; quotes are being requested and a written solicitation will not be issued. Solicitation # W50S7L-23-R-0002 is issued as a Request for Proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-08, Effective 28 October 2022 and DFARS Current to DPN 20221028, Effective 28 October 2022, Edition.





This requirement is a 100% SMALL BUSINESS set-aside acquisition IAW FAR 19.502-2 (a). NAICS Code – 517312. Size standards are 1,500 employees.





This RFP has seven (7) line items. CLINs 0001 – 0003 are for the current base year. The remaining CLINs (0004-0007) are for the four subsequent options years. A Firm Fixed Price (FFP) type purchase order is anticipated. All items are BRAND NAME or EQUAL. Salient characteristic are as follow:




  • Shall provide initial Point of Presence with a minimum of 200 mbps download and 50 mbps upload.

  • The service must utilize the Point to Point radio mounts which will free up the base fiber infrastructure. From the POP, the provider will redistribute service via wireless signals to destinations provided by the Communications Flight. System must be engineered with completed drawings, programming of system and installation.

  • Any associated software will be vetted through the Information Assurance shop for Wing approval.

  • P2P radio systems will be installed on government approved antenna mounts identified by 120 CF/SCOT personnel. Internet provider will work with the Communications Flight to identify penetration points into each facility.

  • Any work permit 332 will be provided by the Government ahead of scheduled work.

  • The Switches and Routers installed in the Communications rooms must have a redundant power supply option that will allow for continuous operation in case of a power supply failure.

  • The equipment provided from the contractor must be covered by warranty for up to the manufacturer’s 1 year including any extensions.

  • Vendor must provide as built drawings after installation is completed.

  • Vendor must provide user training and any training materials.

  • Vendor must provide on-site maintenance agreements renewable after one year.



CLIN Description Qty



0001 Equipment 1 Job



0002 Initial Installation 1 Job



0003 Base Year Service Charges 12 Months



0004 Option Year 1 Service Charges 12 Months



0005 Option Year 2 Service Charges 12 Months



0006 Option Year 3 Service Charges 12 Months



0007 Option Year 5 Service Charges 12 Months





FOB Destination. The Ship To Location is 120 AIRLIFT WING, 2800 AIRPORT AVENUE B, Great Falls, MT 59404-5570.



To be delivered/installed within 20 weeks ADC to the address listed above.





A site visit will be held at 10:00 AM, on Thursday, 8 December 2022, at the Montana Air National Guard, 2800 Airport Ave B, Great Falls, MT 59404. Questions are due by 2:00 PM, 12 December 2022.





The offeror shall include descriptive literature such as technical specifications, brochures or other manufacturing information that fully describes the item being offered.





The following clauses and provisions can be viewed through Internet access at http://www.acquisition.gov/far



The following provisions are included in this acquisition:



FAR 52.212-1, Instruction to Offerors - Commercial Items, (Jan 2017)



FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria outlined in all CLINs,



FAR 52.212-3, Offeror Representation and Certifications – Commercial Items (Nov 2017)



The following clauses are applicable to this acquisition.



FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017)



FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Jul 2018) (Deviation)



FAR provision 52.204-26(c)(1) Covered Telecommunications Equipment or Services Representation.



FAR 52.232-18, Availability of Funds (Apr 1984)





**SPECIAL REMARKS** All firms must be registered and active in the System for Award Management database @ www.beta.sam.gov. NO EXCEPTIONS.





For information regarding this solicitation, contact MSgt Anthony Barille, anthony.barille@us.af.mil or 406-791-0246.



Proposals are due no later than 2:00 PM, MST on Thursday, 15 December 2022. Only emailed proposals will be accepted. No special format or form is required for your proposal.




Attachments/Links
Attachments
file uploads

Contact Information
Contracting Office Address
  • KO FOR MTANG DO NOT DELETE 2800 AIRPORT AVE B
  • GREAT FALLS , MT 59404-5570
  • 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 >