Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SOLICITATION NOTICE

D -- Fiber Optic Cable Installation with Extended Warranty - Request for Quote RFQ sheet

Notice Date
8/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F2MTFD4206AC01
 
Archive Date
10/4/2014
 
Point of Contact
Terry G. Harrelson, Phone: 8439635182, Tamara F. Kostos, Phone: 843-963-5158
 
E-Mail Address
terry.harrelson.1@charleston.af.mil, tamara.kostos@us.af.mil
(terry.harrelson.1@charleston.af.mil, tamara.kostos@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Questionaire Project Statement of Work Request for Quote, RFQ Price Sheet COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (i) This is a combined synopsis/solicitation for commercial items 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. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F2MTFD4206AC01 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, Dated 25 July 2014. (iv) This acquisition is 100% set-aside for small business. The associated NAICS code is 517110 with a 1,500 employee size standard. (v) Contractors shall submit a lump sum quote to Provide Fiber Optic installation/connection between JB CHS-AB 103 South Graves Ave, Joint Base Charleston SC and Air Force Medical Operations Agency-CSDC, 3120 Ashley Phosphate Road, North Charleston SC and four, one year optional Extended Warranty in accordance with the attached Performance Work Statement. An RFQ sheet is attached to this combination solicitation/synopsis and will be used to submit quotes. After award, this document will become part of the contract. A site visit will be conducted at 3120 Ashley Phosphate Road, North Charleston SC at 9:00 AM (ET) on Tuesday, 9 Sep 14. All prospective Offerors are urged to attend this conference and are requested to contact Terry Harrelson, Contract Specialist at (843) 963-5182, Fax number (843) 963-5183, e-mail address terry.harrelson@us.af.mil NLT 3 Sep 2014 if they plan to attend. SOME DELAY SHOULD BE ANTICIPATED as morning commuter traffic will be heavy at this time. All responsible sources may submit a quote, which shall be considered. A firm fixed price purchase order is contemplated. (vi) F2MTFD4206AC01, Provide Fiber Optic installation/connection between JB CHS-AB, Joint Base Charleston SC and AFMOA-CSDC, Ashley Phosphate, North Charleston SC (See attached statement of work) (vii) Performance must begin within 10 calendar days of award and be completed within 180 calendar days of award. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil ) FAR 52.212-1, Instructions to Offerors - Commercial. Offerors shall submit their proposal utilizing the attached RFQ quote sheet along with technical description, for evaluation purposes, of how the contractor proposes to splice into existing fiber optic cables and connect to AFMOA and JB CHS-AB patch panels. Offerors shall submit an aerial view identifying key location of splice connections to existing fiber optic cables and tie-ins to AFMOA and JB CHS-AB patch panels. Offerors shall also submit past performance utilizing attached Past Performance Questionnaire, Offerors shall provide to project references and have the project references submit directly to the Contract Specialist, Terry G. Harrelson via email at terry.harrelson.1@us.af.mil. (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror 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 in the following relative order of importance: 1. Price - The Government will evaluate the total price of the offer for award purposes. 2. Technical capability of the item offered to meet the Government requirement. 3. Past Performance. Technical and performance factors, when combined, are significantly more important than price. Technical capability will be evaluated on a pass/fail basis. If the lowest priced evaluated responsible offer is judged to have a Substantial Confidence Performance Assessment Rating, and is found to be technically acceptable, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of "recent" and "relevant" projects that have occurred. "Recent" is defined as; projects within the past three years. "Relevant" is defined as; Performance effort involved essentially the same magnitude of effort and complexity this RFQ requires. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at https://www.sam.gov/portal/SAM/#1 (xi) The clause at FAR 52.212-4, Contract Terms and Condition-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 (DEVIATION), applies to this acquisition. • FAR 52.211-17, Delivery of Excess Quantities • FAR 52.202-1, Definitions • FAR 52.202-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper • FAR 52.204-7, System for Award Management • FAR 52.204-13, System for Award Management Maintenance • FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment • FAR 52.216-1, Type of Contract • FAR 52.217-8, Option to Extend Services. The government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the contractor within 15 DAYS. • FAR 52.217-9, Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the contractor within 15 DAYS; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 DAYS before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 MONTHS. • FAR 52.222-3, Convict Labor • FAR 52.222-21, Prohibition of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-23, Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction • FAR 52.222-27, Affirmative Action Compliance Requirements for Construction • FAR 52.222-37, Employment Reports On Veterans. (xiii) The following additional clauses are applicable to this procurement. • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.222-42, Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination. Employee Class Monetary Wage-Fringe Benefits 23125 Cable Splicer WG-10 $22.05 + 36.25% Fringes • FAR 52.223-6, Drug Free Workplace • FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products • FAR 52.225-18, Please of Manufacture • FAR 52.228-5 Insurance-Work on a Government Installation • FAR 52.232-8, Discounts for Prompt Payment • FAR 52.232-9, Limitation on Withholding of Payments • FAR 52.232-11, Extras • FAR 52.233-4, Applicable Law for Breach of Contract Claim • FAR 52.236-2, Differing Site Conditions • FAR 52.236-5 Material and Workmanship • FAR 52.236-6 Superintendence by the Contractor • FAR 52.236-7, Permits and Responsibilities • FAR 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements • FAR 52.236-12, Clean Up • FAR 52.237-1, Site Visit • FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation • FAR52.242-15, Stop-Work Order • FAR 52.252-1, Solicitation Provisions Incorporated by Reference • FAR 52.252-2, Clauses Incorporated by Reference • FAR 52.252-3, Alterations in Solicitation • FAR 52.252-4, Alterations in Contract • FAR 52.252-5, Authorization Deviations in Clauses • FAR 52.252-6, Authorized Deviations in Clauses • FAR 52.253-1, Computer Generated Forms • DFARS 252.201-7000, Contracting Officer's Representative • DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials • DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights • DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials • DFARS 252.204-7000, Disclosure of Information • DFARS 252.204-7003, Control of Government Personnel Work Product • DFARS 252.204-7004, Alternate A, System for Award Management • DFARS 252.225-7036, Buy American - Free Trade Agreements - Balance of Payments Program • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) • DFARS 252.232-7006, Wide Area Workflow Payment Instructions • DFARS 252.232-7010, Levies on Contract Payments • DFARS 252.244-7000, Subcontracts for Commercial Items • AFFARS 5352.201-9101 OMBUDSMAN (NOV 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. Gregory ONeal, HQ AMC/A7K, 042 Scott Drive, Unit 2A2, Scott AFB, IL, 62225, (618) 229-0267, fax (618) 256-6668, email: Gregory.Oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/AFISRA ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (xiv) N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 19 Sep 14 no later than 12:00 PM Eastern Standard Time. Requests should be marked with solicitation number F2MTFD4206AC01. (xvi) Address questions to Terry G. Harrelson, Contract Specialist, at (843) 963-5182, fax (843) 963-5183, email terry.harrelson.1@us.af.mil or Tamara Kostos, Contracting Officer, Phone (843) 963-5258, email tamara.kostos@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F2MTFD4206AC01/listing.html)
 
Place of Performance
Address: JB CHS-AB 103 South Graves Ave, Joint Base Charleston SC and Air Force Medical Operations Agency-CSDC, 3120 Ashley Phosphate Road, North Charleston SC, Joint Base Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN03486056-W 20140830/140829022723-cbd3fc65c4a9479deafc0619062da83c (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.