Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2017 FBO #5658
MODIFICATION

58 -- Secure Vault Fiber Premise Wiring

Notice Date
5/19/2017
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 482 LSS/LGC, 29050 Coral Sea Blvd, Box 50, Homestead ARS, Florida, 33039-1299
 
ZIP Code
33039-1299
 
Solicitation Number
FA6648-17-R-0007
 
Archive Date
6/23/2017
 
Point of Contact
Victor Royal, Phone: 7864157066
 
E-Mail Address
victor.royal.2@us.af.mil
(victor.royal.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items/services that are prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, FA6648-17-R-0007 is being issued as a Request For Quotation (RFQ). This solicitation document with the incorporated provisions and documents are those in effect through Federal Acquisition Circular 2005-72. The Department of the Air Force, 482nd Homestead ARB, FL has a requirement for the specific task to engineer, furnish, install and test (EFI&T) Multi Mode Fiber Premise Wiring. The requirements include: meeting all specifications in the attached Statement of Work (SOW). Period of Performance is contingent upon award date. A site visit of the area for service is scheduled for 10:00 A.M. EST on 25 May 2017. Provide the name(s) of the representative(s) from your company who will be attending by noon on the 23 May 2017 to victor.royal.2@us.af.mil. Attendance at the site visit is encouraged. There will not be an opportunity to schedule an alternate day for a site visit if your company cannot attend. Questions regarding this acquisition should be addressed to both victor.royal.2@us.af.mil, phone number (786) 415-7066. We anticipate a single award contract based on Lowest Price Technically Acceptable. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The North American Industry Classification System (NAICS) Code for this requirement is 238210 and the small business size standard is $15.0 M. A Fixed Price contract will be awarded for this solicitation. Offerors are required to be registered in Systems for Awards Management (SAM) to receive an award. The solicitation will be made available only on the FedBizOps website. Paper copies will not be available. No telephone calls or written requests for this solicitation package will be accepted. Once the solicitation is posted, it is the interested parties' responsibility to review the site frequently for any updates/amendments to the solicitation. Period of Performance: N/A Line Item No: Supplies/Service QTY U/I 0001 Secure Vault Fiber Wiring 1 LOT Proposals are due in the Homestead ARB, FL contracting office no later than 4:30 P.M. local time on 8 Jun 2017 via email only. Please note that official information concerning this acquisition will be provided only by the Contracting Officer or the Buyer. Any information received from other sources should not be relied upon as official acquisition information. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors--Commercial Items, FAR 52.212-2 Evaluation -- Commercial Items and award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria outlined in The Statement of Work, FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, 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--Commercial Items. Clauses Incorporated By Reference: 52.204-7 System for Award Management (Jul 2013) 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.212-1 Instructions to Offerors- -Commercial Items 52.212-2 -- Evaluation -- Commercial Items 52.212-3 -- Offeror Representations and Certifications -- Commercial Items 52.212-4 -- Contract Terms and Conditions -- Commercial Items 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items 52.215-8 Order of Precedence--Uniform Contract Format OCT 1997 52.219-6 Notice Of Total Small Business Set-Aside NOV 2011 52.219-28 Post-Award Small Business Program Rerepresentation APR 2012 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-41 Service Contract Act Of 1965 NOV 2007 52.222-44 Fair Labor Standards And Service Contract Act - Price Adjustment SEP 2009 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-6 Drug-Free Workplace MAY 2001 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-3 Buy American Act--Free Trade Agreement--Israeli Trade Act MAY 2012 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement DEC 2007 52.227-3 Patent Indemnity APR 1984 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.232-1 Payments APR 1984 52.232-11 Extras APR 1984 52.232-23 Assignment Of Claims JAN 1986 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.243-1 Changes--Fixed Price AUG 1987 52.249-1 Termination For Convenience Of The Government (Fixed Price) (Short Form) APR 1984 52.249-8 Default (Fixed-Price Supply & Service) APR 1984 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.225-7001 Buy American And Balance Of Payments Program JUN 2012 252.225-7021 Trade Agreements JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions 5352.242-9000 Contractor Access to Air Force Installations CLAUSES INCORPORATED BY FULL TEXT 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) 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 Alarm Monitor Health & Welfare, Vacations, Holidays (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm; http://farsite.hill.af.mil/vfdfara.htm (End of clause) 5352.201-9101 OMBUDSMAN (APR 2014) (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 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, (AA) [Col Steven Slick, HQ AFRC/A7Z, 255 Richard Ray Blvd, Robins AFB, GA 31098-1635, Tel: 478-327-2472, E-Mail: steven.slick@us.af.mil]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC 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. 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (Nov 2012) (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, and N/A 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 N/A 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/482LSSLGC/FA6648-17-R-0007/listing.html)
 
Place of Performance
Address: 482nd Fighter Wing, 29050 Coral Sea BLVD, BLDG 191, Homestead ARB, Florida, 33039-1299, United States
Zip Code: 33039-1299
 
Record
SN04515500-W 20170521/170519234607-2392507c2fc16b8971fa8bc4c0496c30 (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.