Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2014 FBO #4460
MODIFICATION

60 -- Inside/Outside Plant Communication Infrastructure

Notice Date
2/7/2014
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, OO-ALC/PKO, 6038 Aspen Ave. B1289NE, Hill AFB, Utah, 84056-5805, United States
 
ZIP Code
84056-5805
 
Solicitation Number
FA8201-14-R-Comm_Infrastructure
 
Point of Contact
Melissa H. Hayhurst, Phone: 8017770186, SSgt Ann Marie L. Bierman, Phone: 8017752216
 
E-Mail Address
melissa.hayhurst@hill.af.mil, ann_marie.biernam@us.af.mil
(melissa.hayhurst@hill.af.mil, ann_marie.biernam@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
UPDATE 2/7/2014 The response date for this solicitation has been moved from Friday 07 February 2014 to Monday 10 February, 2014 at 4pm MST. _________________________________________________________________________ UPDATE 1/30/2014 A 2nd special notice has been attached to this soliciation. It is a question and answer regarding the 35 mile limitation in the PWS. Please see attachment. _________________________________________________________________________ UPDATE 1/29/2014 A special notice has been attached to this solicitation. This special notice is a question and answer sheet. A change has been made to the PWS in 1.3.5. The special notice and new PWS have been uploaded to this soliciation. _________________________________________________________________________ FA8201-14-R-Comm_Infrastructure 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; proposals are being requested and a written solicitation will not be issued. This solicitation, FA8201-14-R-Comm_Infrastructure, is issued as a request for quote (RFQ). Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through the System for Award Management (SAM) at www.sam.gov. The NAICS code for this effort is 541519 and has been set aside for small businesses. This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-53 and DFARS change notice DPN 20110819. DESCRIPTION OF AGREEMENT The contractor shall provide the customers at Hill AFB, Little Mountain and Utah Test & Training Range (UTTR) with communications infrastructure support including, but not limited to, labor, material (CAT 6 cabling, jacks, patch panels; installation/relocation of wireless LAN equipment; fiber optic cable installation; fiber optic patch panels; installation of backboards, jacks, cable trays, raceways, J-hooks, racks, cross-connects, and infrastructure surveys), expertise, management and transportation as required to perform tasks in accordance with Blanket Purchase Agreement call orders. Please see the attached PWS. The BPAs and contract calls will be written with the following CLIN structure: CLIN 0001 Technician 1/ Cable Puller CLIN 0002 Technician 2/ Apprentice CLIN 0003 Technician 3/ Technician CLIN 0004 Senior Technician/ Foreman CLIN 0005 Project Manager/ Designer CLIN 0006 Materials REQUEST FOR QUOTE The following scenario is for evaluation purposes to obtain hourly labor rates for various technicians, supervisors, and associates needed to complete the work described in the Performance Work Statement (PWS) dated 23 January 2014. For the purpose of obtaining this wide-ranging quote, please quote the following scenario with reference to the PWS to the best of your ability. (Please note that all actual purchases/calls will be unique and that each purchase/call under this BPA will be bid out with a supplemental PWS and include a site visit.) Quote Scenario: CLIN 0001 Technician 1/ Cable Puller @ 60 hours CLIN 0002 Technician 2/ Apprentice @ 25 hours CLIN 0003 Technician 3/ Technician @ 3 hours CLIN 0004 Senior Technician/ Foreman @ 1 hour CLIN 0005 Project Manager/ Designer @ 2 hours (Materials will be priced separately for each purchase/call and will be evaluated against current rates for the product.) UNBALANCED PRICING The scenario above was created to help negate unbalanced pricing. The Government reserves the right to reject any quote that exhibits unbalanced pricing. Unbalanced pricing exists where the price of one or more CLINs is significantly overstated, despite an acceptable total evaluated price (typically achieved through underpricing of one or more other line items). See Federal Acquisition Regulation (FAR) 15.4041(g). EXTENT OF OBLIGATION The government is obligated only to the extent of the calls/purchases placed against this Blanket Purchase Agreement (BPA). Each BPA will have a ceiling of $2 million. PRICING The prices to the Government shall be as low or lower than those charged the supplier's most favored customer or comparable services under similar terms and conditions. However, this acquisition is subject to the Service Contract Act, therefore, pricing must also be compliant with the wage determination found in Section J of this solicitation. CALL LIMITATION No individual call under this agreement shall exceed $150,000.00. INDIVIDUALS AUTHORIZED TO PURCHASE UNDER THE BPA This will be a decentralized BPA. Contracting officers in PZIO and authorized GPC card holders at Hill AFB, Little Mountain, and UTTR are authorized to purchase under this BPA. EFFECTIVE PERIOD This Blanket Purchase Agreement is effective from date of award through 5 years. DELIVERY TICKETS A requirement that all shipments under the agreement, except those for newspapers, magazines, or other periodicals, shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information: (i) Name of supplier (ii) BPA number (iii) Date of purchase (iv) Purchase number (v) Itemized list of supplies or services furnished (vi) Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information). (vii) Date of delivery or shipment INVOICES An itemized invoice shall be submitted at the completion of each call or upon expiration of this BPA, whichever occurs first. BASIS OF AWARD A minimum of three Blanket Purchase Agreements will be awarded based on lowest price technically acceptable (LPTA). Technical acceptability will be based on compliance to the PWS. BASIS OF CALL AWARD/ISSUE Calls will be awarded competitively between the BPAs for five (5) years or until the $2 million limit has been reached; However, the Government reserves the right to award calls on a limited or sole source basis to maintain industrial base IAW FAR 6.302-3(a)(2)(i). BLANKET PURCHASE AGREEMENT SCHEDULE CLAUSES FAR 52.212-1 Instruction to Offerers-Commercial Items FAR 52.212-2 Evaluation-Commercial Items (a) The Government will award at least three BPAs resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Evaluation factors: (1) technical acceptability; (2) Small business participation; (3) price. These are listed in relative order of importance of the evaluation factors in descending order of importance. (b) Options- Not Applicable (c) A written notice of acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a blanket purchase agreement without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offerer Representation 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 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21, Prohibition Of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-36 Affirmative Action For Workers With Disabilities (Oct 2010); 52.225-1 Buy American Act-Supplies (Feb 2009); 52.225-13 Restrictions On Certain Foreign Purchases (Jun 2008); 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration (Oct 2003). FAR 52.219-6 Notice of Small Business Set-Aside FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran DFAR 252.204-7011 Alternative Line-Item Structure Section J: Attachments -PWS -Wage determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/75/FA8201-14-R-Comm_Infrastructure/listing.html)
 
Place of Performance
Address: Hill AFB, Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN03284166-W 20140209/140207235831-1bf807d9d7c86ac889a897ce809c900d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.