Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2022 SAM #7490
SOLICITATION NOTICE

D -- Actelis Networks ML2300 System Replacement/Install - Brand Name or Equal

Notice Date
6/1/2022 2:00:09 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517311 — Wired Telecommunications Carriers
 
Contracting Office
FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
 
ZIP Code
82005-2860
 
Solicitation Number
FA461322Q1020
 
Response Due
6/9/2022 1:00:00 PM
 
Archive Date
06/24/2022
 
Point of Contact
Lt Elizabeth Caballero, Phone: 3077732515, Trisha M. Lamarr, Phone: 3077733215
 
E-Mail Address
elizabeth.caballero@us.af.mil, trisha.lamarr@us.af.mil
(elizabeth.caballero@us.af.mil, trisha.lamarr@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation Solicitation Number: FA461322Q1020 Purchase Description: �Actelis Networks ML2300 System Replacement/Install - Brand Name or Equal This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM web-site as a Total Small Business Set-Aside The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461322Q1019, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 517311, with a small business standard of 1,500 employees. The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2022-06 effective 1-May-22, Defense Federal Acquisition Regulation Supplement effective 28-Apr-22 and Air Force Federal Acquisition Regulation Supplement AFAC 2022-0502 effective 02-May-22, last update 09-May-22. DESCRIPTION OF ITEMS/SERVICES: All CLINs F.O.B. Destination. Provide all materials, labor, equipment, tools, direct and indirect costs required to complete the requirements in accordance with Attachment 1 - Statement of Work (SOW) and the terms and conditions of the solicitation.� Completion of this requirement must comply with Section 4, Applicable Standards, of the SOW.� Actelis Networks ML2300 System Replacement/Install brand name or equal. The Actelis Networks ML2300 aggregation switch delivers high speed Carrier Ethernet 2.0 services. The ML2300 or equal system must be equipped with the following salient characteristics: 2- Service Data Unit (SDU) 450 2- Mean Length of Utterance (MLU) 64 with power rectifier 41- Mean Length (ML) 624i Customer Premises Equipment (CPEs). Four Rack Unit (RU) high 6 slot environmentally hardened platform Supports 32 to 256 copper pairs (64 pairs/RU) and up to 128 customers (links) per chassis Interface slots must be equipped with up to two SDU (control, switching and aggregation) module cards for redundancy 4 MLU (modem) access cards Allow carriers to offer higher bandwidth per pair and longer reach per service in real world environments along with the most stable and reliable transmission Aggregation switches must offer advanced clock transmission mechanism to ensure best clock accuracy and reliability over copper or fiber networks Easy integration into existing carrier/enterprise networks Supporting advanced Ethernet features along with comprehensive spectral compliance CLIN 0001:� Actelis Network System Brand Name or Equal Quantity:� 1 Unit of Issue:� Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0002:� Additional Material (vendor must provide breakout of items and individual prices) Quantity:� 1 Unit of Issue:� Job Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0003:� Labor (vendor must provide breakout of labor categories, labor hours, and labor rate) Quantity:� 1 Unit of Issue:� Job Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ Any additional direct and indirect costs must be provided as a breakout in quote. Period of Performance:� 90 Days after Award of Contract PLACE OF SERVICE:� F. E. Warren AFB, WY Questions MUST be received by Thursday, 2 Jun 22 by 2pm (Mountain Standard/Daylight Time).� All questions must be submitted by email to elizabeth.caballero@us.af.mil and trisha.lamar@us.af.mil � Responses/quotes MUST be received no later than Thursday, 9 Jun 22 by 2pm (Mountain Standard/Daylight Time). Forward responses by e-mail to elizabeth.caballero@us.af.mil and trisha.lamarr@us.af.mil Offerors must ensure that their company is registered and active with System for Award Management (SAM) at time of submission of quote. ATTACHMENTS: Attachment 1 � Statement of Work Attachment 2 � Clauses and Provisions Attachment 3 � Wage Determination APPLICABLE CLAUSES AND PROVISIONS: 52.211-6�Brand�Name�or�Equal. (Aug 1999) (a)�If an item in this solicitation is identified as ""brand�name�or�equal,"" the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional,�or�performance characteristics that ""equal"" products must meet are specified in the solicitation. ������(b)�To be considered for award, offers of ""equal"" products, including ""equal"" products of the�brand�name�manufacturer, must- �����������(1)�Meet the salient physical, functional,�or�performance characteristic specified in this solicitation; �����������(2)�Clearly identify the item by- ����������������(i)�Brand�name, if any; and ����������������(ii)�Make�or�model number; �����������(3)�Include descriptive literature such as illustrations, drawings,�or�a clear reference to previously furnished descriptive data�or�information available to the Contracting Officer; and �����������(4)�Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. ������(c)�The Contracting Officer will evaluate ""equal"" products on the basis of information furnished by the offeror�or�identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating�or�obtaining any information not identified in the offer. ������(d)�Unless the offeror clearly indicates in its offer that the product being offered is an ""equal"" product, the offeror shall provide the�brand�name�product referenced in the solicitation. (End of provision) FAR 52.212-1 Instructions to Offerors-Commercial Items (Nov 2021) ��(b)�Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on letterhead stationery, or as email. As a minimum, offers must show� �����������(1)The solicitation number; �����������(2)The time specified in the solicitation for receipt of offers; �����������(3)The name, address, and telephone number of the offeror; �����������(4)A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; �����������(5)Terms of any express warranty; �����������(6)Price and any discount terms; �����������(7)""Remit to"" address, if different than mailing address; �����������(8)A completed copy of the representations and certifications at FAR�52.212-3�(see FAR�52.212-3(b) for those representations and certifications that the offeror shall complete electronically); �����������(9)Acknowledgment of Solicitation Amendments; (Addendum) Additional Instructions to Offerors--Commercial Items (m) (1) Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. (2) After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. (3)� The term �offeror� or �offer� as used in FAR 52.212-1 shall be understood to mean �quoter� and �quote,� respectively.� Further, the term �award� shall be understood to describe the Government�s issuance of an order. (4)� The Government will consider all quotes that are timely received and may consider late quotes.� Failure of a quote to address any items required in the submission package may make a quote unacceptable. (5)� Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows: (n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission: (1) Cage code of the offeror (2) Small Business Status/Categories as appropriate (3) Company point of contract with email and phone number (2) Technical Submission Requirements --� (a) For Parts/Supply buy, the quote shall contain a description including part number and title for each item listed in the solicitation to allow the Government to verify that the quoted parts match the requirements listed in the requirements schedule. (b) For Service, the quote shall contain a clear description of your company�s understanding of the SOW, its requirements, specifications, and means to complete the project. 52.212-2�Evaluation-Commercial Items and Commercial Services (Nov 2021) As prescribed in�12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation-Commercial Items�(Oct 2014) ������(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. The following factors shall be used to evaluate offers: Technical Capability:� Meets brand name or equal Government requirement/specifications as identified IAW FAR 52.211-6. Price:� Lowest Price Technically Acceptable.� No additional information from the offeror will be required if the price is based on adequate price competition.� In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. Delivery:� Contractor must be able to meet requested delivery time. All information is provided IAW FAR 52.212-1 with quote: ������(c)�A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) AFFARS Clauses Incorporated by Full Text 5352.201-9101 AFGSC Ombudsman Oct 2019 (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, for AFGSC (Air Force Global Strike Command) acquisitions please contact the Director of Contracts, Air Force Installation Contracting Center, Operating Location � Global Strike (AFICC/KG OL-GSC) via the following e-mail workflow address: ig.afica_kg.workflow@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/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. (End of clause) 5352.223-9001 Health and Safety on Government Installations As prescribed in�AFFARS 5323.9001, insert the following clause in solicitations and contracts: HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (OCT 2019) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 Contractor Access to Air Force Installations As prescribed in�AFFARS 5342.490-1, insert a clause substantially the same as the following clause in solicitations and contracts: CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (OCT 2019) (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 any additional requirements 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�[insert any additional requirements to comply with�AFI 31-101, Integrated Defense, and�DODMAN5200.02_AFMAN 16-1405, Air Force Personnel Security Program]�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. (End of clause) Amendment 1 - Edit questions due from 2pm 25 May 22 to 2pm 27 May 22. Amendment 2 - Edit quesitons due from 2pm 27 May 22 to 2pm 2 Jun 22 & quotes due from 2pm 2 Jun 22 to 2pm 9 Jun 22
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/47b18733138642fc882c4ded01fceb04/view)
 
Place of Performance
Address: FE Warren AFB, WY 82005, USA
Zip Code: 82005
Country: USA
 
Record
SN06343739-F 20220603/220601230103 (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.