Wyoming Bids > Bid Detail

Premise Wiring Upgrade Multiple Buildings

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159191401920104
Posted Date: Aug 25, 2023
Due Date: Sep 11, 2023
Solicitation No: FA461323Q1044
Source: https://sam.gov/opp/6c577a0047...
Follow
Premise Wiring Upgrade Multiple Buildings
Active
Contract Opportunity
Notice ID
FA461323Q1044
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFGSC
Office
FA4613 90 CONS PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Aug 25, 2023 12:00 pm MDT
  • Original Date Offers Due: Sep 11, 2023 09:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: N059 - INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description

Combined Synopsis/Solicitation

Solicitation Number: FA461323Q1044

Purchase Description: Premise Wiring Upgrade Multiple Buildings





Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.





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, FA461323Q1044, 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 $19M.





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) 2023-04 effective 02 June 2023, Defense Federal Acquisition Regulation Supplement (DFARS) effective 20 July 2023 and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) effective 07 July 2023.





DESCRIPTION OF SERVICE:





This contract period of performance will be required to be completed within 365 days after effective date of the contract. If you have concerns about this period of performance please email amber.moore.15@us.af.mil and trisha.lamarr@us.af.mil by Thursday, August 31, 2023, by 0900 (Mountain Daylight Time).





The contractor shall remove Category 5 (CAT 5) or older cables that run from the Main Communications Equipment Room (CER) to each communication jack. The cables connected to the jacks identified in Attachment 1b – Floor Plans for Multiple Buildings shall be replaced with new Category 6 (CAT 6) cables. Analog cables terminated to 66 termination punch down Blocks shall be removed unless otherwise directed. All outdated cabling shall be removed from the building by the contractor as defined in Attachment 1 – Performance Work Statement and disposed of. Additional work shall include but is not limited to install faceplates, patch panel(s), cable management, terminations, labeling, and any other work as identified in the PWS.





Contractor is to provide pricing to include all costs associated with performance of this contract consolidated in the CLINs below.





CLIN STRUCTURE:





CLIN 0001: Duplex Outlets



Quantity: 1,121 Unit of Issue: Each





Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________





CLIN 0002: Quadplex Outlets



Quantity: 190 Unit of Issue: Each





Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



CLIN 0003: Six-plex Outlets



Quantity: 20 Unit of Issue: Each





Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



All CLINs F.O.B. Destination.





LIST OF ATTACHMENTS:



Attachment 1 – Performance Work Statement



Attachment 1a – 90th Telecommunications Installation Criteria Handbook



Attachment 1b – Floor Plan for Multiple Buildings



Attachment 2 – Wage Determination



Attachment 3 – Additional Clauses and Provisions



Attachment 4 – Supplemental Clauses



Attachment 5 – Offeror Quote Supplement Form



Attachment 6 – Site Visit Agenda



Attachment 7 – Brand Name Justification





PERIOD OF PERFORMANCE: Work must be completed within 365 days after effective date of the contract.





PLACE OF PERFORMANCE: Francis E. Warren AFB, WY 82005





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 Thursday, August 31, 2023 and will begin at 0900 (Mountain Daylight Time). Interested parties need to provide notice of interest by e-mail to amber.moore.15@us.af.mil and trisha.lamarr@us.af.mil by Wednesday, August 30, 2023, by 0900 (Mountain Daylight Time). Guidance provided at Attachment 6 – Site Visit Agenda.





QUESTIONS:



Questions shall be sent by e-mail to amber.moore.15@us.af.mil and trisha.lamarr@us.af.mil by Tuesday, September 05, 2023; by 1100 (Mountain Daylight Time).





QUOTES:



Responses/quotes MUST be received no later than Monday, September 11, 2023; by 0900 (Mountain Daylight Time). Forward responses by e-mail to amber.moore.15@us.af.mil and trisha.lamarr@us.af.mil.





INSTRUCTIONS TO OFFERORS:





Offerors shall comply with FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Mar 2023)





FAR 52.212-1 is hereby tailored as follows:



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 will not 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:



5.1. 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:





5.1.1. Cover Page to include (or a completed copy of Attachment 5 – Offeror Quote Supplement Form to include the offeror’s)



5.1.1.1. Company Name and Company Doing Business As (if applicable)



5.1.1.2. Physical Address



5.1.1.3. Cage code and/or Unique Entity ID



5.1.1.4. Point of Contact



5.1.1.5. Phone number



5.1.1.6. Email address



5.1.1.7. Business Type



5.1.1.8. A statement that your company fully understands solicitation FA461323Q1044 and will meet all the requirements specified in the Performance Work Statement (PWS).





5.1.2. Firm Fixed Pricing to include:



5.1.2.1. Price Per CLIN



5.1.2.2. Total Price



5.1.2.3. Discount Terms (if applicable)



5.1.2.4. Quote Number (if applicable)



5.1.2.5. Quote Valid Until Date





5.1.3. Material List



5.1.3.1. Material list must be a separate document that includes the following:



5.1.3.1.1. Category cable, patch panel, faceplate, jack, and bezel (no other material shall be evaluated).



5.1.3.1.2. Manufacturer, item number, item description, quantity, and unit of measure.



5.1.3.2. List of materials shall be IAW Attachment 7 – Brand Name Justification.





5.1.4. Past Experience



5.1.4.1. Contractor shall provide at least three contracts/projects that shows the capability to



Remove cable, wire category 6 cable from patch panels to communication jacks, install faceplates, patch panel(s), cable management, and terminations of category 6 cable within the last three years by providing the following information.



5.1.4.1.1 Contract number



5.1.4.1.2 Place of performance



5.1.4.1.3 Description of services provided



5.1.4.1.4 Contract/customer POC: name, phone number, and email



NOTE: Government/non-government contracts within the previous three years are accepted that show offeror served as either primary contractor or subcontractor responsible for contract performance.





EVALUATION:





ADDENDUM TO FAR 52-212-2 EVALUATION—COMMERCIAL ITEMS (Nov 2021)





Paragraph (a) is hereby replaced with the following:





(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. Award will be made to the offeror with the lowest price technically acceptable (LPTA). Quotes that do not include all requested information in FAR 52.212-1 in 5.1.1 will be considered nonresponsive. The following factor(s) shall be used to evaluate offers:





1.1 Price: Award will be made to the lowest priced technically acceptable.



1.1.1 The lowest priced quote will be evaluated for technical acceptability first. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so.



1.1.2 Price will be evaluated using the total evaluated price (TEP) on the bottom-line price for the entire effort, inclusive of all options. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable.



1.1.3. Pricing must meet the requirements/specifications in FAR 52.212-1 in 5.1.2. 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.





2.1.1 Material List



2.1.1.1 The Government shall evaluate the material list submitted IAW FAR 52.212-1 5.1.3. Material List will receive a rating of “Acceptable” if they meet the requirements or they will receive a rating of “Unacceptable.” If there is no material list provided, the offeror will be considered nonresponsive and will not be eligible for award.





2.1.2 Past Experience



2.1.2.1 The Government shall evaluate the past experience submitted IAW FAR 52.212-1 5.1.4. Past experience will receive a rating of “Acceptable” if they meet the requirements or they will receive a rating of “Unacceptable.” If there is no past experience provided, the offeror will be considered nonresponsive and will not be eligible for award.










Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 307 773 3888 7505 BARNES LOOP BLDG 208
  • FE WARREN AFB , WY 82005-2860
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 25, 2023 12:00 pm MDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >