Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2021 SAM #7015
SOLICITATION NOTICE

N -- Fiber Optic Cable Installation

Notice Date
2/10/2021 11:32:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
FA4861 99 CONS LGC NELLIS AFB NV 89191-7063 USA
 
ZIP Code
89191-7063
 
Solicitation Number
F3YCFA0324AW01
 
Response Due
3/3/2021 9:00:00 AM
 
Archive Date
03/18/2021
 
Point of Contact
TSgt Christopher Rosser, Phone: 702-215-9041, Andrew Grove, Phone: 7026529578
 
E-Mail Address
christopher.rosser.2@us.af.mil, andrew.grove.3@us.af.mil
(christopher.rosser.2@us.af.mil, andrew.grove.3@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
TSgt Christopher Rosser christopher.rosser.2@us.af.mil RFQ#: ���F3YCFA0324AW01�������������������� � ��Quote Due: 3 March 2021 12:00NOON PST COMPANY NAME:����������������������������� �������������������������������������������������������������������������������������������������� MAILING ADDRESS:����������������������� �������������������������������������������������������������������������������������������������� ������������������������������������������ �������������������������������������������������������������������������������������������������� PHONE NUMBER:���������� ������������� ������������� ����������� � ������������� FAX NUMBER:� (������������� )������������ ������������� EMAIL:�� ������������������������������������������������������������������������� ������������������������������������������������������������������������������������������������ ��������������� QUOTE #:��� ���������������������������� ��� QUOTED BY: ����������������������������������������������������� ��������������������� DATE:���������������� ��� TOTAL PRICE:�� ���������������������������������������������������������������� ��� VALID UNTIL:��������������� ���������������������������������������������������������������� SIZE/TYPE OF BUSINESS (Please Select ALL That Apply): This ��is ���is not ��a small business set-aside. �Large��������� �Small��������� �Small Disadvantaged��� �Women-owned������� �HUBZone���� �8A����������������� �VETERAN OWNED����������������� �DISABLED VETERAN OWNED �Other��������� ������������������������������������������������������������������������������������� MUST BE SAM REGISTERED IN ORDER TO RECEIVE AN AWARD FEDERAL TAX IDENTIFICATION NO. (TIN):����������������������������������������� ��� CAGE CODE:������������������������������������������������������������������� �������������������������������������������� � DUN & BRADSTREET NUMBER (DUNS #):� �������������������������������������������� ��� (If not known, call (800) 333-0505, you will immediately be provided the number (free/no charge).� This number is also required for CCR REGISTRATION) NAICS CODE: �������� 238210������� � SMALL BUSINESS SIZE STANDARD:�� � �������������������������� ���������������$16.5���� ��������������������������������������������������������������������������������������������������������������������������������� # of Employees�������������������������������������������������������������������������������������������������������������������������������������������������� Avg Annual Gross Receipt ����������������������������������������������������������������������������������������������������������������������������������������������������������������������������� for preceeding 3 years �OPEN MARKET (Provide Published Price List With Quote)��������� REPRESENTATIONS & CERTIFICATIONS (FAR 52.212-3):������� ������������������������������������������������������������������������������������������������������������������ Attached������� ������������������������������������������������������������������������������������������������������������������ ORCA (online) �GSA CONTRACT NO:�� ���������������������������������������������������������������������������� ������������������������������������������������ EXPIRES:����������������������������������������������������������� ��� Please include a copy of the GSA (or other contract) TERMS/INSTRUCTION page(s),if applicable MINIMUM ORDER AMT: $ ����������������������������������������� ��� MAX ORDER AMT: $ ������������������������������������������������ FOB:� ����� DESTINATION (Include cost of shipping in price of item)������������ ��� DELIVERY DATE:� ��������������������������������������������������������������������������� �� DISCOUNT TERMS:� ����������������������������������������������������������������������� STANDARD COMMERCIAL WARRANTY:� PARTS:����������������������������������� ������������������������������������������������������������������������������ LABOR:����������������������������������� ��� �� (Include copy of warranty) OTHER:��������������������������������������������������� ��������������������������������������������������������������������������� BUY AMERICAN CERTIFICATE (DFAR 252.225-7000): �� Attached������ ���������������������������������������������������������������������������������������������������� N/A EVALUATION CRITERIA: �A contract will be awarded to the responsible offeror whose offer is the lowest price, technically acceptable. Contract Type - A Firm Fixed Price type contract will be awarded Requirement is as follows: CLIN 0001:� Installation of New Fiber Optic Cables to Support FMQ-19 at NELLIS AFB NV (SEE SOO ATTACHMENT) Delivery Location:� Nellis AFB, NV 89191 Additional certifications � N/A A site visit is scheduled to take place on Thursday, 18 February 2021; Starting Time at 2:00PM PST; Concluding Time at 3:30PM PST. All vendors will meet at the parking lot outside of the Nellis AFB Main Gate (located at N. Nellis Boulevard and E. Craig Road). All vendors must RSVP by submitting names directly to Mr. Grove and TSgt Rosser via email at andrew.grove.3@us.af.mil and christopher.rosser.2@us.af.mil, not later than Monday, 15 February 2021, 2:00PM PST. Questions that may arise from the Site Visit, shall be asked, in writing, and sent no later than Tuesday, 23 February 2021, 14:00PM PST. Questions submitted after the aforementioned cutoff date will not be reviewed or answered. Questions shall be sent to TSgt Rosser via email at christopher.rosser.2@us.af.mil. All responses to questions will be posted to beta.sam.gov for viewing. Quotes are to be submitted electronically to TSgt Rosser via email at christopher.rosser.2@us.af.mil, not later than Wednesday, 3 March 2021 at 1200 PST. The following provisions and clauses (current through FAC 2019-01, Effective 20 Dec 2018) are applicable to subject solicitation:� FAR 52.212-1 � Instructions to Offerors � Commercial Items:� Applies to this acquisition. Provision Addenda:� All quotes shall include the following minimum information:� Completed RFQ Document, Product Specifications, Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Statement of Work to include Delivery Schedule.� IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to contract award.� Prospective vendors should visit the SAM website at https://www.sam.gov/portal/public/SAM/� to register.� �� FAR 52.212-2 � Evaluation � Commercial Items: �The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price, technically acceptable.� This is an �all or none� requirement and will be awarded on one contract.� Multiple contracts will not be issued.� Vendors who do not quote the entire package requested will be considered non-responsive and their quotes will not be evaluated. FAR 52.212-3 � Offeror Representations and Certifications � Commercial Items:� An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.acquisition.gov.� If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their quotes. FAR 52.212-4 � Terms and Condition � Commercial Items:� Applies to this acquisition. FAR 52.212-5 � Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items Applies to this acquisition.� The following FAR clauses cited are applicable to this acquisition:� FAR 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-37, 52.225-13, and 52.232-33. FAR 52.252-1 � Solicitation Provisions Incorporated by Reference:� This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address:� http://www.acquisition.gov FAR 52.252-2 � Clauses Incorporated by Reference:� This solicitation 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 address:� http://www.acquisition.gov FAR 52.252-6 - Authorized Deviations in Clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR Chp 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. DFARS 252.212-7001 � Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition.� The following FAR clauses cited are applicable to this acquisition:� DFARS:� 252.204-7003, 252.225-7002, 252.225-7002, 252.232-7003. (a)The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. (6)(i) ���X�� �252.225-7001, Buy American and Balance of Payments Program (29)(i) ____ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) ____ Alternate I (MAR 2000) of 252.247-7023. (iii) ____ Alternate II (MAR 2000) of 252.247-7023. (iv) ���X�� �Alternate III (MAY 2002) of 252.247-7023. AFFARS 5352.201-9101 � Ombudsman (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 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, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067.(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. The following additional provisions or clauses are specific to this particular requirement: FAR 52.211-6 � Brand Name or Equal FAR 52.219-6 � Notice of Total Small Business Set-Aside FAR 52.247-34 � FOB Destination DFARS 252.211-7003 � Item Identification and Valuation AFFARS 5352.242-9000 � Contractor Access to Air Force Installations Attachment 1 - SOO
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1a8432b924f74162b7c22000e36a2818/view)
 
Place of Performance
Address: NV 89191, USA
Zip Code: 89191
Country: USA
 
Record
SN05913164-F 20210212/210210230113 (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.