Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOLICITATION NOTICE

N -- 90 CS Long Range Ethernet with High Speed Ethernet over Copper System Replacement

Notice Date
4/19/2023 12:26:42 PM
 
Notice Type
Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
 
ZIP Code
82005-2860
 
Solicitation Number
FA461323Q0009
 
Response Due
4/24/2023 8:00:00 AM
 
Archive Date
05/09/2023
 
Point of Contact
Seth Johnson, Trisha M. Lamarr
 
E-Mail Address
seth.johnson.27@us.af.mil, trisha.lamarr@us.af.mil
(seth.johnson.27@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: FA461323Q0009 Purchase Description: 90 CS Long Range Ethernet with High-Speed Ethernet Over Copper System Replacement Amendment Three (3):� Extended questions due date from Thursday, April 13 2023 by 1100am (Mountain Daylight Time) to Wednesday, April 19 by 3pm (Mountain Daylight Time) Amendment Two (2):� Attachment 2 - Performance Work Statement has been updated; Attachment 7 - Questions and Answers Govt Responses has been attached. Amendment One (1):� Attachment 4 - Site Visit Agenda has been updated to state that the DBIDS Virtual Enrollment System is optional to use.� If a contractor needs a visitor pass they may show up on 11 April 2023 at 0800 MDT at the Visitor Center to be sponsored for a visitor pass.� Site Visit requests must be recieved by 1530 MDT on 10 April 2023. 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.gov as a Total Small Business Set Aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461323Q0009, 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 238210, with a small business standard of $16.5M. 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 Regulation (FAR) 2023-02 effective 16 March 2023, Defense Federal Acquisition Regulation Supplement (DFARS) effective 22 March 2023 and Air Force Federal Acquisition Regulation Supplement (AFFARS) effective 01 March 2023. DESCRIPTION OF SERVICE: The contractor shall provide all management, tools, materials, supplies, equipment, and labor necessary to perform the replacement of the Long Range Ethernet over Copper System with a new Long Range Ethernet over Copper System at F.E. Warren Air Force Base, Wyoming. The contractor shall install, configure, and demonstrate the operations of a new Long Range Ethernet over Copper System and remove and dispose of the current Long Range Ethernet over Copper System.� The contractor will be responsible for any other work as defined in Attachment 2 - Performance Work Statement (PWS) CLIN STRUCTURE: CLIN 0001 : Provide all materials, equipment, installation hardware, software, and any other items necessary to perform the replacement services of the long range ethernet over copper system with a new long range ethernet with high-speed ethernet over copper system at Francis E. Warren Air Force Base IAW the performance work statement. Required to provide a breakout of the prices for this CLIN. Quantity: 1 Unit of Issue: Job Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0002 : Provide all management, labor, and travel necessary to perform the replacement services of the long range ethernet over copper system with a new long range ethernet with high-speed ethernet over copper system at Francis E. Warren Air Force Base IAW the performance work statement. Quantity: 1 Unit of Issue: Job Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ All CLIN's F.O.B. Destination. Offerors shall comply with the following additional quote criteria: A statement that your company understands and will meet the requirements specified in the Performance Work Statement (PWS). Equipment Required is the Actelis Networks ML2300 system brand name or equal with the following salient characteristics: 2- Service Data Unit (SDU) 450 3- 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 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 DSL Quad Cables Past experience with like-kind projects.� Include summary of project and point of contact. Complete Attachment 6 � Offeror Quote Supplement and include with quote submission.� Offeror may utilize their own documentation as long as it contains all the required information.� Failure to provide all required information will result in the offer being deemed ineligible for award. PERIOD OF PERFORMANCE: �Start date shall be 90 calendar days or less after award date and shall be completed 5 business days or less after start date.� Any contractor concerns with the period of performance shall be submitted by e-mail to seth.johnson.27@us.af.mil and trisha.lamarr@us.af.mil and shall include the contractor�s proposed period of performance and the justification to support it. PLACE OF PERFORMANCE:� Francis E. Warren AFB, WY 82005 INSTRUCTIONS TO OFFERORS: Offerors shall comply with FAR 52.212-1 Instructions to Offerors � Commercial Products and Commercial Services. EVALUATION: ADDENDUM TO FAR 52-212-2 EVALUATION�COMMERCIAL ITEMS (OCT2014) Paragraph (a) is hereby replaced with the following: 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 factor(s) shall be used to evaluate offers: � � � � � � I.� Price � � � � � �II.� Material Technical Specifications � � � � � III.� Past Experience Evaluation of price shall be the sum of all line items. Material technical specifications must meet the requirements identified in the PWS and references.� Material will receive a rating of �Acceptable� if they meet the requirements identified in the PWS and references or will receive a rating of �Unacceptable.� Past experience will be evaluated based on the completion of one (1) like-kind project.� The �like-kind� project shall include work similar to the install, configuration, and demonstration of a long range ethernet over copper system and any other work as identified in the PWS.� The government shall determine if the past experience provided qualifies as a like-kind project.� Past experience will receive a rating of �Acceptable� if the government determines that the past experience qualifies as a like-kind project or �Unacceptable� if the government determines the past experience does not qualify as a like-kind project.� If there is no past experience the offeror will receive a rating of �Unacceptable.� Technical and past performance, when combined, are approximately equal to cost or price. OTHER INFORMATION: Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote.� Failure to do so will result in the offer being deemed ineligible for award. SITE VISIT: A site survey will take place on Tuesday, April 11, 2023 and will begin at 0900 (Mountain Daylight Time).� Interested parties need to provide notice of interest by e-mail to seth.johnson.27@us.af.mil and trisha.lamarr@us.af.mil by Monday, April 10, 2023, by 0900 (Mountain Daylight Time). QUESTIONS AND QUOTES: Questions shall be sent by e-mail to seth.johnson.27@us.af.mil and trisha.lamarr@us.af.mil by Wednesday, April 19, 2023; by 3pm (Mountain Daylight Time). Responses/quotes MUST be received no later than Monday, April 24, 2023;� by 0900 (Mountain Daylight Time). Forward responses by e-mail to seth.johnson.27@us.af.mil and trisha.lamarr@us.af.mil. LIST OF ATTACHMENTS: Attachment 1 � Solicitation FA461323Q0009 Attachment 2 � Performance Work Statement Attachment 3 � Wage Determination Attachment 4 � Site Visit Agenda Attachment 5 � FEW DVES Virtual Pass Procedures Attachment 6 � Offeror Quote Supplement Form Attachment 7 � Questions and Answers Govt Responses
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/66771f32ff8b4073baf4f37055235fa9/view)
 
Place of Performance
Address: FE Warren AFB, WY 82005-2860, USA
Zip Code: 82005-2860
Country: USA
 
Record
SN06655481-F 20230421/230419230113 (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.