Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 04, 2025 SAM #8621
SOLICITATION NOTICE

D -- Base Telephone Service - Niagara Falls ARS Solicitation Amendment 1

Notice Date
7/2/2025 12:23:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517111 —
 
Contracting Office
FA6670 914 AW LGC NIAGARA FALLS NY 14304-5000 USA
 
ZIP Code
14304-5000
 
Solicitation Number
FA667025Q0004
 
Response Due
7/23/2025 10:00:00 AM
 
Archive Date
08/07/2025
 
Point of Contact
Danielle Poole, Phone: 7162362307, Matthew Crum, Phone: 7162362213
 
E-Mail Address
danielle.poole@us.af.mil, matthew.crum.9@us.af.mil
(danielle.poole@us.af.mil, matthew.crum.9@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Department of the Air Force Niagara Falls ARS Requirement Title: NFARS Base Telephone Service Solicitation Number: FA667025Q0004 Solicitation Issue Date: Tuesday, 24 June 2025 Response Deadline: Wednesday, 9 July 2025 no later than 1:00 PM EDT Point(s) of Contact: Danielle Poole, Contract Specialist Email Address: danielle.poole@us.af.mil General Information This request is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Only firm fixed price offers will be evaluated. 1. This solicitation document and incorporated provisions and clauses are those in effect through: -Federal Acquisition Circular 2025-03 -Defense Federal Acquisition Regulation Change 01/17/2025 -Department of the Air Force Federal Change 10/16/2024 2. This acquisition is an unrestricted competitive requirement. The North American Industry Size Classification System (NAICS) code associated with this requirement is 517111. 3. Contractors must be registered for federal government awards in SAM to receive award. To register in SAM, go to: https://sam.gov/content/entity-registration Requirement Information Niagara Falls Air Refueling Station (NFARS) has a requirement for long distance and local communication services. Requirement is for a multi-year contract totaling 5 years (Base plus 4 Option Years). See Attachment 1: Niagara Falls NY PWS � 20250207 SCXP Rev 3 for a complete description of the services required under this acquisition. Attachment 0: Combined Synopsis Solicitation RFQ (this document) Attachment 1: Niagara Falls NY PWS-20250207 SCXP Rev 3 Attachment 2: Price List Place of Delivery/Performance/Acceptance/FOB Point: F.O.B. Destination; Deliver to Niagara Falls Air Reserve Station, Niagara Falls NY 14304 (exact customer address will be provided in the resulting contract). Instructions to Offerors To be considered responsive, offerors must submit the following via e-mail to danielle.poole@us.af.mil by the RFQ Deadline of Wednesday, 9 July 2025 at 1:00 PM Eastern Daylight Time (EDT): Quote with Technical Capability Statement (including technical specifications of all proposed equipment). Quote must break down each option year�s service as well as initial setup costs. Recommend contractor use the attached Price List or similar. Past Performance � at least 2-4 examples of similar past performance efforts successfully completed by the contractor. Only firm fixed price offers will be evaluated. To be eligible to receive an award resulting from this Solicitation offeror must also have the NAICS code associated with this RFQ indicated on their SAM record. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach, nor does it obligate the Government to pay for any quote preparation costs. Vendors who wish to respond to this notice must send responses NLT Wednesday, 9 July 2025 at 1:00 PM Eastern Daylight Time (EDT) via email (subject: FA667025Q0004) to Danielle Poole at danielle.poole@us.af.mil Matthew Crum at matthew.crum.9@us.af.mil Quotations must meet all instructions put forth in this solicitation. No phone calls will be accepted for this RFQ. Any questions relating to this solicitation must be submitted in writing to the contracting office. For questions, please contact Danielle Poole at danielle.poole@us.af.mil. Evaluation Criteria This is a competitive commercial acquisition. The Government intends to award a single contract resulting from this RFQ to the responsive, responsible offeror whose quote conforms to the RFQ and will be most advantageous to the Government; price, and other factors considered. The following factors shall be used to evaluate offers: Price Technical Capability Past Performance Evaluation: Price � Price shall be evaluated on the total price quoted by the contractor to complete the work. Technical Capability � Technical Capability will be evaluated by reviewing the contractor�s capability statement and equipment provided to determine if their stated capabilities can meet the requirements of the Statement of Need. Contractors must ensure sufficient technical information is provided so that a technical evaluation conducted by the government can determine that the contractors proposed equipment meets or exceeds requirements specified in the Statement of Need. A capability statement that demonstrates sufficient capability/expertise to meet the Statement of Need requirements shall be deemed acceptable. A capability statement that does not demonstrate sufficient capability/expertise to meet the Statement of Work requirements or has insufficient technical information to determine the proposed equipment meets or exceeds the requirements specified in the Statement of Work shall be deemed unacceptable. Past Performance � Past Performance will be evaluated by reviewing contractor�s provided examples of similar successful projects. A contractor who can provide at least 2 examples of successful efforts will be considered acceptable. A contractor who does not provide at least 2 examples of successful efforts will be considered unacceptable. Award will be made to the contractor with the lowest priced proposal, who�s Technical Capability and Past Performance are determined to be acceptable. The government intends to award this contract without discussions. However, the government reserves the right to open discussions if it is in its best interest. See Attachment 0: FA667025Q0004 Combined Synopsis/Solicitation for full requirement details. Amendment 1 � Questions/Answers and Proposal Due Date Extension/Site Visit The purpose of this amendment is to: 1. Provide questions and answers for this solicitation. a. Can the government define diversity and if diversity is access or path diversity? Example, two vendor provided premise devices or two carriers providing different paths. For our purposes, diversity would be path diversity. b.Can the government confirm the service addresses with a full postal address? Service address: 2395 Kirkbridge Drive, Building 317, Niagara Falls ARS, NY, 14304 c.Does service terminate at a single central location, 2720 Kirkbridge Drive, Niagara Falls, 14304, and the local communication unit will distribute from the central location? The service currently is DMARC�ed at 2720 Kirkbridge, but should be terminated at 2395 Kirkbridge in the future. (Unknown timeframe) d. Will the government consider physical site surveys to support the firm fixed price quote. We can support Site Surveys with advance notice of five business days. e. Regarding objective 1.2, are the additional 500 DID #�s required to be within the 716-236-XXXX Exchange or can an alternative exchange block be assigned. 500 additional DIDs is acceptable, preferably in the 236-XXXX range. We will accept an alternate exchange if required. f. One single circuit for both local and LD calling can be used- Is this acceptable? If not, do you have dual entrances? Do you want both circuits in active active design or primary back up?If active active do you want 50 concurrent paths on each circuit? Our end goal is to have one line for local and LD. We are looking for Active~Active. And for load-balancing, 50/50 is correct. g. For accurate pricing, please confirm the DMARC address. Our DMARC in the future is 2395 Kirkbridge Drive. Until Building 806 is demoed (ETIC Unknown) it is currently 2590 Kirkbridge Drive. h. Is 15 days after contract award a firm date? Realistically, the standard interval to engineer, provision, turn up a circuit and port DIDs is approx. 90-120 business days after the order is submitted- Is that acceptable? 90-120 days is acceptable. 2. Extend the date which proposals must be submitted from 9 July 2025 at 1:00PM EDT to 23 July 2025 at 1:00PM EDT. All references to proposal submission date and time in the Solicitation are hereby revised to 23 July 2025 at 1:00PM EDT. 3. Set up a site visit prior to the proposal submission date. The site visit will take place 15 July 2025 at 9:00AM EDT at 2395 Kirkbridge Drive, Building 317, Niagara Falls NY 14304. Anyone interested in attending the site visit must send the following information for each individual needing base access: Name, Driver License or State ID#, Date of Birth, Country of Origin, Passport # (if applicable). This information must be sent to danielle.poole@us.af.mil NLT 10 July 2025 at 1:00PM EDT. 4. Change Start of Performance from 1 August 2025 to must start within 120 days of award. Service performance for base year will begin on the 1st of the month that service is to begin.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5e3502c8632945ffb803c267d6272018/view)
 
Place of Performance
Address: Niagara Falls, NY 14304, USA
Zip Code: 14304
Country: USA
 
Record
SN07496933-F 20250704/250702230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.