Wyoming Bids > Bid Detail

90 CS Premise Wiring Upgrade Building 333

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159556902784868
Posted Date: Mar 28, 2023
Due Date: Apr 19, 2023
Solicitation No: FA461323Q0006
Source: https://sam.gov/opp/e5ccc29375...
Follow
90 CS Premise Wiring Upgrade Building 333
Active
Contract Opportunity
Notice ID
FA461323Q0006
Related Notice
FA461323Q1009
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: Mar 28, 2023 12:51 pm MDT
  • Original Date Offers Due: Apr 19, 2023 09:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 04, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: N061 - INSTALLATION OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT
  • 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: FA461323Q0006

Purchase Description: Premise Wiring Upgrade Building 333



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, FA461323Q0006, 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 contractor shall remove Category 5 (CAT 5) or older cables in building 333 that run from the Main Communications Equipment Room (CER) to each communication jack and replace with new Category 6 (CAT 6) cables that shall connect with the new patch panel to be installed in the Hot Aisle Containment Room (HAC). 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 the Performance Work Statement (PWS) 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.



The contractor shall not be responsible for moving furniture.



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) 2023-01 effective 15 March 2023, Defense Federal Acquisition Regulation Supplement (DFARS) effective 01 March 2023 and Air Force Federal Acquisition Regulation Supplement (AFFARS) effective 01 March 2023.



INSTRUCTIONS TO OFFERORS:



Offerors shall comply with FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services.



DESCRIPTION OF SERVICE:



The contractor shall provide all management, tools, supplies, equipment, and labor necessary to perform cable replacement services in building 333 at Francis E. Warren Air Force Base, Wyoming.



CLIN STRUCTURE:



CLIN 0001 : Premise Wiring Upgrade Building 333

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).

  • List of material to be used for the building (including but not limited to: manufacturer, product number, estimated quantity by material).

  • Past experience with like-kind projects. Include summary of project and point of contact.

  • Complete Attachment 8 – 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 10 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



EVALUATION:



ADDENDUM TO FAR 52-212-2 EVALUATION—COMMERCIAL ITEMS (OCT2014)



Paragraph (a) is hereby replaced with the following:




  1. 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 cable removal, wiring cable from patch panels to communication jacks. 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. 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.”



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, April 06, 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 Wednesday, April 05, 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 Monday, April 10, 2023; by 1100 (Mountain Daylight Time).



Responses/quotes MUST be received no later than Wednesday, April 19, 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 FA461323Q0006



Attachment 2 – Performance Work Statement



Attachment 3 – 90th Telecommunications Installation Criteria Handbook



Attachment 4 – Wage Determination



Attachment 5 – B333 Floor Plan with Scale



Attachment 6 – Site Visit Agenda



Attachment 7 – FEW DVES Virtual Pass Procedures



Attachment 8 – Offeror Quote Supplement Form


Attachments/Links
Contact Information
Contracting Office Address
  • 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

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 >