SOLICITATION NOTICE
60 -- Fiber Optic Cable - Submittal Form
- Notice Date
- 9/19/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335921
— Fiber Optic Cable Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
- ZIP Code
- 80914-1055
- Solicitation Number
- FA2517-14-T-6043
- Archive Date
- 10/8/2014
- Point of Contact
- Robert H. Ruston, Phone: 7195564838, Matthew Glowacky, Phone: 7195562195
- E-Mail Address
-
robert.ruston@us.af.mil, matthew.glowacky@us.af.mil
(robert.ruston@us.af.mil, matthew.glowacky@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 2 - Clauses and Provisions Attachment 1 - Contractor Submittal Form In accordance with IAW FAR 12.603(c)(2) - Streamlined Solicitation for Commercial Items, the following is submitted for this Request for Quote: (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 being requested and a written solicitation will not be issued. (ii) Solicitation FA2517-14-T-6043, Fiber Optic Cable is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. (iv) This acquisition is being procured as Full and Open Competition. The NAICS code is 335921 Fiber Optic Cable Manufacturing with a size standard of 1,000 employees. A single award will be made as a result of evaluation of quotes received. (v) The following is a list of contract line item numbers (CLINs) and respective quantities: CLIN 0001: Corning 036E8F-61131-29, BRAND NAME or Equal, Quantity: 28,000 FT. (vi) The place of performance will be 655 W. ENT AVENUE, BLDG 672 PETERSON AFB, CO 80914 (PAFB). Delivery shall be FOB Destination and delivered 30 days After Receipt of Contract. (vii) The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (July 2013). North American Industry Classification System (NAICS) code, 335921 applies to this acquisition. Your proposal submission shall include DUNS, Cage Code, Tax ID, terms and conditions and registration in Wide Area Workflow (WAWF) at https://wawf.eb.mil in order to be considered for award. (viii) - FAR 52.212-2, Evaluation -- Commercial Items (a) 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. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers: Factor 1: Technical Capability (ability of the item(s) offered to meet the agency need) A vendor's quotation will be considered technically acceptable if it offers the Brand Name requested, or if offering an "equal" product, meets the minimum characteristic requirements detailed below (paragraph ix). Technical capability will be evaluated and the factor will be rated as Acceptable or Unacceptable. Acceptable is defined as the quote clearly meets the minimum requirements of the solicitation. Unacceptable is defined as the quote does not clearly meet the minimum requirements of the solicitation. If quoting an "equal" product, offeror must provide specifications/literature to show how the "equal" product meets the minimum characteristic requirements. Quotations that do not meet these requirements will be considered unacceptable and will not be considered for award. Factor 2: Price Price will be evaluated in order to determine best value in accordance with FAR 8.404(d) and 8.405-2(d). The quote shall identify whether products are open market or Federal Supply Schedule (FSS). The quote shall also identify any additional discounts from the schedule prices provided. In accordance with FAR 8.404(d), although GSA has already negotiated fair and reasonable pricing, the U.S. Air Force, as the ordering activity, is seeking additional discounts from the scheduled prices before award is made. AWARD PROCESS: The Government will first evaluate all quotations on an acceptable/unacceptable basis to determine whether the quote meets the Technical Capability factor. The offeror, who submits the lowest price, meets the specifications defined in this RFQ will receive the award. The award will be made to that offeror without further consideration of any other offerors. (ix) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2013), with Alternate I, is applicable to this acquisition. All vendors must be registered in System for Award Management (SAM) (www.sam.gov) at the time of proposal submittal. (x) FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Sep 2013) (xi) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION 2013-O0019) (Jan 2014). (xii) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply to this acquisition. (xiii) Attachment 1 - Contractor Submittal Form must be fully completed and submitted with the offeror's quote. Quotes are due via e-mail no later than 2:00 PM, MST Tuesday 23 September 2014. All quotes and questions (if applicable) should be submitted to 21cons.lgcba@us.af.mil. All communications with the requiring activity concerning this solicitation shall cease until the award is announced. During this period, interaction is only allowed with the Contracting Officer and the Contract Specialist. (xiv) For additional information regarding this solicitation, please contact Contract Specialist TSgt Robert H. Ruston III (robert.ruston@us.af.mil), or Contracting Officer Matthew Glowacky (matthew.glowacky@us.af.mil ). Ensure you reference the solicitation number in the Subject Line. Please be advised that this RFQ in no manner obligates the Government regarding award of a contract that results from the issuance of this RFQ. Attachments: 1. Contractor Submittal Form 2. Provisions and Clauses
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-14-T-6043/listing.html)
- Place of Performance
- Address: 655 W. ENT AVENUE, BLDG 672, PETERSON AFB, Colorado, 80914, United States
- Zip Code: 80914
- Zip Code: 80914
- Record
- SN03519727-W 20140921/140919235003-e79cc85a892b51f72996e15534c1b4b6 (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 |