Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 25, 2021 SAM #7176
SOLICITATION NOTICE

59 -- 59--UAS Fiber Optic Upgrade

Notice Date
7/23/2021 7:47:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335921 — Fiber Optic Cable Manufacturing
 
Contracting Office
W6QM MICC-FT DRUM FORT DRUM NY 13602-5220 USA
 
ZIP Code
13602-5220
 
Solicitation Number
CAMPBELL2-160HJN004
 
Response Due
7/30/2021 8:00:00 AM
 
Archive Date
01/26/2022
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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. The solicitation number is CAMPBELL2-160HJN004 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 335921 with a small business size standard of 1,000.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2021-07-30 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Fort Campbell, KY 42223 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Furnish and install three (3), Single Jacket, Single Armored, 24-strand 50-micron OM-4 rated optical fiber cable for Unmanned Aircraft System (UAS) connectivity to Satellite Ground Data Terminal (SGDT) and the Ground Control Stations (GCS) (approx. 4900 ft.) Pad sites from the UAV Hangar., 1, EA; LI 002: Deployable Interface in UAV Hangar to PAD sites (Cables 1 & 2). The installation of the optical fiber cable will provide a direct connection, permanent link, from a central location in the Unmanned Aerial Vehicle Hangar Bay to the SGDT and GCS pads utilizing laser optimized multi-mode allowing for the connectivity of the new OCC COTS 83526 Connectors., 1, EA; LI 003: Field Side installation on the Pad sites will require the installation of additional NEMA rated enclosures to serve as the terminal interface panel for the new bulkhead connectors, to be mounted to the existing field cabinet., 1, EA; LI 004: Each NEMA rated enclosure will include OCC COTS 83526 Bulkhead connectors mounted to the exterior of the NEMA Enclosure, as the field connection point., 1, EA; LI 005: Install a wall mounted secure enclosure with OCC COTS 83526 Bulkhead connectors in the UAV Hangar., 1, EA; LI 006: Each of the installed enclosures will terminate the newly installed fiber optic cable on the industry standard fiber optic patch panels using LC patch panels, 1, EA; LI 007: Terminate the tails of the OCC COTS 83526 with LC connectors and plug the terminated tails into the designated fiber strands., 1, EA; LI 008: Test the completed installation and provide documented test results., 1, EA; LI 009: GBSSA to GCS Pad (cable 3) - Furnish and install a Single Jacket, Single Armored, 12-strand 50-micron OM-4 rated optical fiber cable from the GBSSA to the GCS Pad., 1, EA; LI 010: Terminate the fiber in the GBSSA in the 1RU rack mounted enclosure, utilizing LC Connectors and Panels, 1, EA; LI 011: Terminate the fiber on the GCS Pad site utilizing the NEMA rated enclosure provided., 1, EA; LI 012: The contract requirements must meet the below standards for each of the specified connections. REA to LEA: -15 dB to -11 dB LEA to REA: -15 dB to -11 dB REA to GCS: -20 dB to -14 dB GCS to REA: -17 dB to -11 dB LEA to GCS: -13 dB to -6.5 dB GCS to LEA: -17 dB to -11.5 dB, 1, EA; LI 013: 24 F, 50um multimode (OM4) Corning (012TU-T4790D20), 15000, FT; LI 014: Holds 2 CCH Connector Panels Corning (WCH-02P), 1, EA; LI 015: 12 F, 25-in legs Corning (FAN-OD25-12), 6, EA; LI 016: 12 F, LC duplex, aqua, 50 um multimode (OM4) Corning (CCH-CS12-E4-P00QE), 3, EA; LI 017: Heat-Shrink Fusion Splice Protector Parts, single-fiber, 40 mm long Corning (2806032-01), 1, EA; LI 018: NEMA enclosure Hoffman (A242412LP), 2, EA; LI 019: Enclosure Backplate Hoffman (A24P24), 2, EA; LI 020: Secure Vertical 5U Wall Mount Rack Hubbell (RE4B), 1, EA; LI 021: OCC Bulkhead Connectros-MIL SPEC 4-channel OCC (OCC COT 83526), 15, EA; LI 022: 12 F, 50um multimode (OM4) Corning (012TU-T4790D20), 1000, FT; LI 023: Fiber connectors OM4 Field Install - Corning (95-051-98-SPX), 48, EA; LI 024: Single Panel Housing - Corning (SPH-01P), 4, EA; LI 025: Housing (CCH) Panel, LC, Duplex, 12 fiber, 50 um multimode (OM3/4) Corning (CCH-CP12-E4), 3, EA; LI 026: GCS�s - Hangar Comms Closet GBSAA Connection 100�, 2, EA; LI 027: Hangar Comms Closet to Main Comms Closet- 430�, 2, EA; LI 028: 2nd Floor Comms Closet to GBSAA Office- 52�, 2, EA; LI 029: GCS to USGDT 3610�, 1, EA; LI 030: GCS to UGDT 4730�, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions � Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/ The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. ""52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price. No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an ?all-or-nothing? basis. Wide Area WorkFlow Payment Instructions Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582. In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED***** Representation and Representation Disclosures The form(s) included in the buy must be returned with your quote. Failure to return the form(s) with your quote will result in your quote not being considered for award. Reporting During Contract Performance Equal Opportunity
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6a9586c0f950460fba19e10f702ac87f/view)
 
Place of Performance
Address: 66003 Eagle Claw Road , Fort Campbell, KY 42223, USA
Zip Code: 42223
Country: USA
 
Record
SN06072175-F 20210725/210723230117 (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.