Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 31, 2023 SAM #7947
SOLICITATION NOTICE

N -- Fiber Optic Cable Install - Qty 6

Notice Date
8/29/2023 9:56:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
FA6712 911 AW LGC CORAOPOLIS PA 15108-4495 USA
 
ZIP Code
15108-4495
 
Solicitation Number
FA671223Q0014
 
Response Due
9/5/2023 12:00:00 PM
 
Archive Date
09/20/2023
 
Point of Contact
Paul Davisson, Phone: 4124748124
 
E-Mail Address
Paul.davisson@us.af.mil
(Paul.davisson@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Revision #3 Dated 8/29/2023 1. Extended close date to 9/5/2023 at 3:00 p.m. e.s.t. 2. Added an additional 18 Q&A's as attachment #32� ________________________________________________________________________ Revision #2 Dated 8/22/2023 1. Added Q&A's as attachment #29 2. Added Service Contract Labor Standards and Davis Bacon Act Wage Determination as attachments 30 & 31 respectively 3. Added missing map page to attachment #2, SOW B221 to B317 4. Attachment #5, SOW B405 - B120: Updated map to show cable route going into back of B405 _______________________________________________________________________ Revision #1 dated 8/1/2023: 1. Added CLIN 0006 for additional FOC Installation job 2. Updated Attachment #6 Offer Pricing Template to include CLIN 0006 3.. Updated Attacment #25 to show attachments 26 - 28 related to CLIN 0006 ___________________________________________________________________________________________________ This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quote (RFQ) number is FA671223Q014. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-02. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. Clauses can be accessed in full text at these addresses: www.acquisition.gov. This RFQ is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the Government for reimbursement. The Government reserves the right to cancel this RFQ either before or after the closing date. In the event the RFQ is cancelled, the Government has no obligation to reimburse costs associated with preparing and providing a quote. The NAICS code is�238210 and the Small Business Standard is $16.5 Million. The proposed contract is 100% total set-aside for Small Business. Award shall be made on the evaluation basis of Lowest Price Technically Acceptable. 52.237-1 Site Visit: Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site visit photos: Photos are not permitted on the 911 AW without explicit permission from the base. �Inform the Contracting Officer if your firm desires to take photos during the site visit. A photo authorization form will be provided. Photo requests not submitted timely will not be approved. Email photo reques to paul.davisson@us.af.mil. Site Visit Date/Time:� �Tuesday, August 15th 2023 at 9:00 a.m. eastern time.� Submit site visit request to paul.davisson@us.af.mil.� Instructions will be provided for base access. Site Visit deadline registration/photo request date:� ��Wednesday, August 9th, 2023 at 6 a.m. eastern time Due date for submission of questions relating to this solicitation: Thursday August 24th at 5:00 eastern time (may be extended if in the best interest of the government) Due date for quotes: Thursday August 31st, 2023 at 5 p.m. eastern time.� Quotes received after this deadline will not be accepted (the due date/time for receipt of quotes may be extended if found to be in the best interest of the government). The Pittsburgh 911th Airlift Wing located in Coraopolis PA is seeking quotes from small business vendors for the following: Section B - Schedule of Services:� CLIN 0001:� Fiber Optic Cable Installation�(See Attachment #1 - Statement of Work: Fiber Installation from ITB 221 to B209) � CLIN 0002:� Fiber Optic Cable Installation�(See Attachment #2 - Statement of Work: Fiber Installation from ITB 221 to B317) CLIN 0003:� Fiber Optic Cable Installation�(See Attachment #3 - Statement of Work: Fiber Installation from ITB 221 to B419) CLIN 0004:� Fiber Optic Cable Installation�(See Attachment #4 - Statement of Work: Fiber Installation from ITB 405 to ITB 221) CLIN 0005:� Fiber Optic Cable Installation (See Attachment #5 � Statement of Work: Fiber installation ITB 405 to B120)� CLIN 0006:� Fiber Optic Cable Installation (See Attachment #26 � Statement of Work: Fiber installation B202 to Marquee) Notes: 1.� SOW�s for B221 to B209 and B405 to B120 will require the awarded vendor to complete a �Silica Control Plan� (Attachment #8) and AF Form 103 �Work Clearance� (Attachment #24) prior to work taking place. 2.. SOW for B202 to Marquee will require the awarded vendor to complete an AF Form 103 �Work Clearance� (Attachment #24) prior to work taking place. ________________________________________________________________________________________________________________________ This requirement is for a firm-fixed price sing purchase order awarded using simplified acquisition procedures in accordance with FAR parts 12 and 13. Period of Performance:� 120 days from date of award.� Proposal must clearly state that period of performance is 120 days from date of award. The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. INSTRUCTIONS FOR OFFERORS:� Use Attachment #6 �Offer + Pricing Template) to submit quotes.� BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the lowest priced offeror that meets the minimum technical requirements. Offeror will be evaluated in accordance with FAR 13.106-2(b) In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show 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, to demonstrate your capabilities in fulfilling the SOW�s. The Government will award a single Firm-Fixed-Price purchase order to the technically acceptable Offeror who is deemed responsible IAW FAR 9.104 and whose quote conforms to all stated terms, conditions, representations, certifications, required by this RFQ. Unless identified otherwise, by submission of a quote, the Offeror has agreed to all requirements included herein. Failure to meet a requirement may result in a quote being determined ineligible for award. It is the Government�s intent to evaluate quotes and award a purchase order without interchanges with Offerors. Therefore, the Offeror's initial quote should contain the Offeror's best terms from a price, and technical standpoint. However, the Government reserves the right to conduct interchanges if the Contracting Officer later determines them to be necessary. Evaluation Process. Offers will be ranked from lowest price technically acceptable (LPTA).� A price analysis may be conducted to determine if the lowest price technically acceptable offer is fair and reasonable. A single award will then be made to the Offeror who has been determined responsible and has submitted the lowest, technically acceptable pricing. Technical Evaluation. The lowest priced quote received will be evaluated for technical acceptance.� If the lowest quote is accepted by the government, no further quotes will be evaluated.� If the lowest quote received is not technically accepted by the government, the next lowest priced quote received will be technically evaluated and so on until the lowest price received and accepted by the government is confirmed.� An award notice will be posted to sam.gov. To confirm the capability, and therefore, acceptability, of the Offeror to meet the Government�s requirements as outlined in Attachments #1 thru #5 (SOW�s), the Offeror shall submit with their quote, a clear, and concise Technical Capability Narrative that includes sufficient detail to substantiate the validity of the Offeror�s stated claim(s) that they are able to meet the requirement. The narrative shall not simply rephrase, reiterate, or restate the Government's own language, but rather shall provide convincing rationale describing how the Offeror intends to fulfill the requirement. Legibility, clarity, and coherence are very important. The narrative should include as specifically as possible, the actual methodology that will be used for accomplishing and satisfying the SOW�s stated requirement(s). The Offeror shall assume that the Government has no prior knowledge of its capabilities, facilities, and experience, thus the technical evaluation will be solely based on the information presented in the Offeror's Technical Capability Narrative. The Offeror�s Technical Capability Narrative must, at a minimum, address how the Offeror intends to meet the �Contractor Work Scope� requirements of the SOW�s. Ratings: Upon evaluation of the Technical Capability Narrative, the following rating will be assigned: Acceptable: The Offeror has provided sufficient information within their Technical Capability Narrative for the Government to evaluate and confirm their capability to meet all the requirements of the SOW�s (attachments #1 - #5). Unacceptable: The Offeror has not provided sufficient information within their Technical Capability Narrative; therefore, the Government cannot confirm their capability to meet the requirements of the SOW�s. Interchanges (Definition): Interchanges can be informal or formal. The Contracting Officer may use e-mail, send an Interchange Notice (IN) or phone call, etc., asking for clarifications, change pages, revisions, or other documentation. The Government may conduct interchanges with one, some, none, or all Offerors at its discretion. Only quotes rated technically acceptable, either initially or because of interchanges, will be eligible for award. Technical Evaluation Ratings Rating; Description - Acceptable; Submission clearly meets the minimum requirements of the solicitation - Unacceptable; Submission does not clearly meet the minimum requirements of the solicitation If the technical submittal is determined ""Unacceptable"", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as ""Unacceptable"" and will no longer be considered for further competition or award. Section C -�FAR CLAUSES AND PROVISIONS 52.204-7, System for Award Maintenance 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) 52.204-13, SAM Maintenance 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26, Covered Telecommunications Equipment or Services-Representation 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 Alt I Offeror Representations and Certifications � Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.219-6,�Notice of Total Small Business Set-Aside 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities Relating to Iran � Representations and Certifications 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.243-1 Alternate I, Changes Fixed Price 52.247-34, F.O.B-Destination 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items as follows:� - 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)�� - 52.219-28, Post-Award Small Business Program Representation (Jul 2013) - 52.222-3,�Convict Labor - 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) - 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) - 52.222-41, Service Contract Labor Standards - 52.222-42, Statement of Equivalent Rates for Federal Hires - 52.222-50, Combating Trafficking in Persons - 52.222-55, Minimum Wages Under Executive Order 13658 - 52.222-62, Paid Sick Leave Under Executive Order 13706 - 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 - 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management -52.236-2,��� Differing Site Conditions -52.236-3,��� Site Investigation and Conditions Affecting the Work -52.236-5,��� Material and Workmanship -52.236-7,��� Permits and Responsibilities -52.236-9,�� �Protection of existing vegetation, structures, equipment utilities and improvements -52.236-10, �Operation and Storage Areas �DFARS CLAUSES AND PROVISIONS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003. Control of Government Personnel Work Product 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.204-7016, Covered Defense Telecommunications Equipment or Services�Representation 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7024, Notice on the Use of the Supplier Performance Risk System 252.225-7001, Buy American Act & Balance of Payments Program 252.225-7012, Preference for Certain Domestic Commodities 252.225-7036, Buy American Act, Free Trade Agreements, Balance of Payments Program 252.225-7048, Export Controlled Items 252.232-7003, Electronic Submission of Payment Requests and receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items DAFFARS CLAUSES 5352.201-9101, Ombudsman 5352.242-9000, Contractor Access to Air Force Installations Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I if not updated in SAM. The primary Point of Contact for this solicitation is�Paul Davisson�who can be reached at email paul.davisson@us.af.mil System for Award Management (SAM).� Quoters must be registered in the SAM database to be considered for award.� Registration is free and can be completed online at http://www.sam.gov/.� Quotes shall be�sent via�email to paul.davisson@us.af.mil.� A return email will be sent confirming receipt. � All quotes shall include price(s), FOB point, a point of contact, name and phone number and business size. �Please note that the Government's terms for payment for this requirement are Net 30 Days AFTER acceptance of service. Attachments to this combined synopsis solicitation: See Attachment #25 �List of Attachments�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e871d78769704af3bd5e965817efe687/view)
 
Place of Performance
Address: Coraopolis, PA 15108, USA
Zip Code: 15108
Country: USA
 
Record
SN06810571-F 20230831/230829230100 (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.