Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2021 SAM #7235
SOLICITATION NOTICE

N -- Telecommunications Cabling Infrastructure Installation

Notice Date
9/20/2021 6:39:30 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
0413 AQ HQ CONTRACT FORT SHAFTER HI 96858-5025 USA
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN-21-Q-JK03
 
Response Due
9/21/2021 1:00:00 PM
 
Archive Date
10/06/2021
 
Point of Contact
Jacob Kamelamela, Phone: 18086560995
 
E-Mail Address
jacob.c.kamelamela.civ@mail.mil
(jacob.c.kamelamela.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation Amendments: 9/3/2021 Ammendment 0001: The purpose of this ammendment is to - 1. Revise ""Technical documentation"" submission�requirements (para VIII, 2�""a�& b) 2. Attach building layout diagram to solicitation 3. Provide answers to contractor questions as attachment ""0003"" to solicitation 9/9/2021 Ammendment 0002: the purpose of this amendment is to - 1.) Provide more answers to contractor questions as Attachment ""0003"" Rev 1 (Dated 9/09/2021) to the solicitation 9/20/2021 Ammendment 0003: the purpose of this amendment is to - 1.) Removed technical documentation ""a."" (copy of test results for copper/fiber) and provide clarity and a change in submission requirements for technical document ""b"". (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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) Competitive quotes are being requested under Request for Quote (RFQ) Number W912CN-21-Q-JK03. (iii) This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular FAC 2021-06, Effective: July 12, 2021 (iv) The North American Industry Classification System (NAICS) code applicable to this acquisition is 238210, Electrical Contractors and Other Wiring Installation Contractors and the small business size standard is $16.5 million. This procurement is a 100% Small Business Set-Aside. �Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. (v) A list of contract line item number(s) and items, quantities, and units of measure: Clin: 0001 QTY: 1 Unit of Issue: Job Unit Price: _________________ Extended Price:_____________ (vi) Description OF REQUIREMENTS: Telecommunications Cabling Infrastructure Installation EXTENDED DESCRIPTION: The Contractor shall provide all materials, equipment, and installation associated with the telecommunications infrastructure installation at ARO, BLDG 600 in JBER, Alaska. The full effort shall include all Inside Plant Copper and Fiber Optic cables and its support equipment installation for Network connectivity. All tasking shall be performed in accordance with the attached PWS. This effort will include both Inside Plant / distribution cabling and premise cables equipment and installation IAW the standards, codes and instructions listed in Appendix A of the PWS. To be considered acceptable and eligible for award, quotes must provide a complete quote including all of the items and services in accordance with the attached PWS.� The Government will not consider quotes or offers for partial items or quantities. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: The expected Period of Performance for this effort is: Sep 26, 2021 � Nov 26, 2021. �The place of performance for the effort is: Alaska Resident Office Bldg. 600 724 Postal Service Loop #3200 JBER, AK 99505 (viii) OFFEROR INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors � Commercial Items (JUL 2021), applies to this acquisition.� The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government as defined in the �Evaluation Factors for Award� Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is �None� or �Not applicable,� explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1. General Information: Offeror Business Name, Address, Cage, and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contact (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. 2.�Technical Documentation: � ��Technical Approach or Specifications: Quote must address technical capability. b. Contractor shall submit an installation plan that responds to the requirements within the PWS (cable components, cabling, installation, and standards and codes). 3. Price Quote: Submit complete pricing for each CLIN listed in the �description of requirements� Section above to include the unit price and the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. 4. Commercial Warranty: Provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. (ix) Evaluation Factors for Award: The specific evaluation criteria included are�technical and price as defined below: Factor I � Technical: The Government will evaluate the�installation plan to determine if the contractor understands the requirements detailed in the performance work statement (PWS).� A complete�offer will have the installation plan that responds to the requirements within the PWS (cable components, cabling, installation, and standards and codes). Factor II � Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, handling, and installation costs to the shipping address listed above as outlined in paragraph 3 above. **Basis for Award: The Government intends to award a firm fixed price contract resulting from competitive quotes received in response to this solicitation. The quote will be evaluated for a fair and reasonable price. The award decision will be based on the lowest priced technically acceptable offeror meeting solicitation requirements, such as terms and conditions, salient characteristics, representations, and certifications in order to be eligible for award.� The vendor must be registered in the System for Award Management (SAM). The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. (x) Offerors must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JULY 2021), applies to this acquisition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations. The following additional FAR clauses and provisions are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (Oct 1995) 52.204-7 System for Award Management (OCT 2016) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) �52.204-22 Alternative Line Item Proposal (JAN 2017) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) 52.204-26 Covered Telecommunications Equipment or Services-Representation. 52.209-2� Prohibition On Contracting With Inverted Domestic Corporations--Representation (NOV 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-6�� Brand Name or Equal (AUG 1999) 52.219-28, Post Award Small Business Program Representation 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Oct 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. (OCT 2015) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Jul 2013) 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference The following additional DFARS clauses cited in the clause are applicable to the acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation (DEC 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (MAY 2021) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021) 252.223-7008 Prohibition of Hexavalent Chromium (June 2013) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems.� (DEVIATION 2020-O0015) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation.� (DEVIATION 2020-O0015) 252.225-7974 Representation Regarding Business Operations with the Maduro Regime (DEVIATION 2020-O0005) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work-Flow Payment Instructions 252.232-7010 Levies on Contract Payments 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites Representation (DEVIATION 2021-O0003) (April 2021) 252.244-7000 Subcontracts for Commercial Items 252.246-7008 � Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea, Basic (xiii) There are no additional contract requirement(s) or terms and conditions necessary for this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement. (xv) DUE DATE AND SUBMISSION INFORMATION Formatting Requirements: Submit quotes in electronic PDF or Excel format Questions Due Date and Submission Requirements: All questions must be received before Sep 07, 2021 @ 1800HRS, Pacific Standard Time. Questions must be e-mailed to jacob.c.kamelamela.civ@mail.mil. �Include RFQ# W912CN-21-Q-JK03 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on Sep 21, 2021 @ 1900 hrs Pacific Standard Time. � (xvi) Government RFQ Point of Contract: The point of contact for this solicitation is Contract Specialist Jacob Kamelamela at jacob.c.kamelamela.civ@mail.mil.� Reference RFQ# W912CN-21-Q-JK03 on all email exchanges regarding this acquisition.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/000901e4e44147979664c039af7b9e1f/view)
 
Place of Performance
Address: JBER, AK 99505, USA
Zip Code: 99505
Country: USA
 
Record
SN06138284-F 20210922/210920230115 (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  © 1994-2020, Loren Data Corp.