Florida Bids > Bid Detail

Local Exchange Carrier (LEC) access commercial network service supporting subscriber service at the Naval Air Station (NAS) Pensacola Complex.

Agency:
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159194272204165
Posted Date: Jan 24, 2024
Due Date: Jan 30, 2024
Source: https://sam.gov/opp/eb3b546694...
Follow
Local Exchange Carrier (LEC) access commercial network service supporting subscriber service at the Naval Air Station (NAS) Pensacola Complex.
Active
Contract Opportunity
Notice ID
N70272
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC NORFOLK
Office
NAVSUP FLT LOG CTR NORFOLK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 24, 2024 10:51 am EST
  • Original Response Date: Jan 30, 2024 09:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 14, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DG11 - IT AND TELECOM - NETWORK: TELECOM ACCESS SERVICES
  • NAICS Code:
    • 517111 - Wired Telecommunications Carriers
  • Place of Performance:
    Pensacola , FL
    USA
Description

Request for Information (RFI)/Sources Sought Notice:

This is a Request for Information (RFI)/Sources Sought Notice in accordance with Federal Acquisition Regulation (FAR) 52.215-3 – Request for Information or Solicitation for Planning Purposes (OCT 1997). It constitutes neither a Request for Proposal nor an Invitation for Bid. It does not restrict the Government to an ultimate acquisition approach. This RFI/Sources Sought Notice IS NOT A SOLICITATION or an expression of intent to issue a solicitation of any kind in the future. It should not be construed as a commitment by the Government for any purpose other than to gain the information requested. Interested parties are encouraged to respond to this RFI/Sources Sought Notice. The Government will not pay for information, materials, and/or demonstrations received in response and is in no way obligated to respondents by or for any information received.

BACKGROUND, SCOPE, AND CAPABILITY REQUIREMENTS:



Naval Air Station Pensacola requires information to identify potential vendors capable of providing Local Exchange Carrier (LEC) access commercial network service supporting subscriber service at the Naval Air Station (NAS) Pensacola Complex. Complex consists of Corry Station and Saufley Field all located in Pensacola, FL. Specific details of the requirement can be found in the attached draft performance work statement (PWS).



The anticipated contract type is a Firm-Fixed-Price.





This is follow-on to Purchase Order N0018919PZA05 awarded to Bellsouth Telecommunications, LLC.





The anticipated period of performance is a twelve (12)-month base for performance from 01 October 2024 through 30 September 2025, with four (4) 12-month options, to continue through 30 September 2029, plus FAR clause 52.217-8, Option to Extend Services, to continue performance through 31 March 2030.

The applicable North American Industry Classification System (NAICS) for this requirement are 517111, Wired Telecommunications Carriers and the product service code (PSC) is DG11, Telecommunication Network Management Services. Again, THIS IS NOT A REQUEST FOR PROPOSAL. This is a market research tool. The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses both small and large. If you are an interested business, FLCN would appreciate your assistance in providing a Statement of Capabilities to include the following:



1) Full business name

2) Cage code and Duns Number of business

3) Name, phone number, and e-mail address of a company representative the Government may contact for additional information

4) Size of business [based on the applicable NAICS code

5) Statement as to whether business is actively registered in the System for Award Management (www.sam.gov)

6) Statement as to whether business is domestically or foreign owned (if foreign owned, please indicate country of ownership)



7) Recent and relevant experience. Describe ability to support the scope of the requirement(s) of sections of the Performance Work Statement. Include brief description(s) of any prior experiences that best illustrates your company’s qualifications related to performing the services in accordance with the PWS. Provide a Capability statement displaying the vendor’s ability to provide the required services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last five (5) years. This relevant past performance information should identify the applicable contract number; total contract dollar amount; capacity performed (Prime or Sub); contract period of performance; description of the relevant services provided AND the relevancy of the services to the proposed requirement; and a customer point of contact with corresponding telephone number and e-mail address.



Vendors possessing the requisite skills, resources and capabilities necessary to perform the stated requirements are invited to respond to this source sought notice/request for information via the submission of an executive summary. VENDORS ARE ENCOURAGED TO PROVIDE A RESPONSE. Submissions are not to exceed six (6) typewritten pages in no less than 10 font size. NOTE: Standard brochures and/or paraphrasing of the contents of this announcement will not be considered sufficient to demonstrate the capabilities of an interested party. In addition to the executive summary, industry feedback to the draft PWS is requested – all comments/ideas will be considered, although any questions/comments/ideas may not be responded to directly. The goal of such feedback is to consider suggestions that might enhance competition, improve the clarity of the requirement, leverage industry expertise or any other ideas that could result in an improved product.



If there is sufficient demonstrated interest and capability among small business contractors, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate, and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting rationale for the recommended percentage.



**Submissions are to be no more than 6 pages and no less than 10 point font. **





Responses should be emailed to deborah.d.brett.civ@us.navy.mil by Tuesday, January 30, 2024 at 9AM.





All requests for further information must be made in writing via email. Telephone requests for additional information will not be honored. All questions and answers regarding this RFI/Sources Sought Notice will be posted as updates to this notice.

Disclaimer:

This is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. The Navy will not assume liability for costs incurred by an attendee or for travel expenses or marketing efforts; therefore, attendee cost in response to this notice is not considered an allowable direct charge to the Government. Respondents will not be notified of the results.


Attachments/Links
Contact Information
Contracting Office Address
  • ATTENTION CODE 301 1968 GILBERT STREET SUITE 600
  • NORFOLK , VA 23511-3392
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 24, 2024 10:51 am ESTSources Sought (Original)

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 >