Wyoming Bids > Bid Detail

Innerduct Conduit Space Recovery

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159654142172447
Posted Date: Jul 7, 2023
Due Date: Jul 26, 2023
Solicitation No: FA461323Q0013
Source: https://sam.gov/opp/7db502927d...
Follow
Innerduct Conduit Space Recovery
Active
Contract Opportunity
Notice ID
FA461323Q0013
Related Notice
FA461323Q1024
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: Jul 07, 2023 02:54 pm MDT
  • Original Date Offers Due: Jul 26, 2023 10:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 10, 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:
    • 237130 - Power and Communication Line and Related Structures Construction
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description

Combined Synopsis/Solicitation

Solicitation Number: FA461323Q0013

Purchase Description: Innerduct Conduit Space Recovery



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, FA461323Q0013, 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 237130, with a small business standard of $45.0M.



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 09 June 2023 and Air Force Federal Acquisition Regulation Supplement (AFFARS) effective 08 May 2023.



DESCRIPTION OF SERVICE:



The contractor shall provide all management, tools, supplies, equipment, and labor necessary to remove the rigid innerduct and shall install flexible fabric innerduct. The contractor shall provide a no-dig conduit space recovery solution to safely remove rigid innerduct from around active fiber cables with little to no load on the line, with no interruption of service, and provide flexible fabric innerduct placements at each manhole, located on F. E. Warren AFB communications conduit duct. After removal of the rigid innerduct, the contractor shall install flexible fabric innerduct. All work shall be performance in accordance with (IAW) Attachment 1 – Performance Work Statement (07 July 2023).



CLIN STRUCTURE:



CLIN 0001: Removal of Rigid Innerduct

Quantity: 19,500 Unit of Issue: Linear Foot



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



CLIN 0002: Installation of Flexible Fabric Innerduct

Quantity: 19,500 Unit of Issue: Linear Foot



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



All CLIN's F.O.B. Destination.



LIST OF ATTACHMENTS:



Attachment 1 – Performance Work Statement (07 July 2023)



Attachment 2 – Map



Attachment 3 – Provisions and Clauses



Attachment 4 – Supplemental Clauses



Attachment 5 – Site Visit Agenda



Attachment 6 – Wage Determiation



PERIOD OF PERFORMANCE: Performance shall be completed 50 calendar days or less after award date.



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 Tuesday, July 18, 2023 and will begin at 1000 (Mountain Daylight Time). Interested parties need to provide notice of interest by e-mail to jason.moldenhauer.1@us.af.mil and trisha.lamarr@us.af.mil by Monday, July 17, 2023, by 1000 (Mountain Daylight Time).



QUESTIONS:



Questions shall be sent by e-mail to jason.moldenhauer.1@us.af.mil and trisha.lamarr@us.af.mil by Thursday, July 20, 2023; by 1000 (Mountain Daylight Time).



QUOTES:



Responses/quotes MUST be received no later than Wednesday, July 26, 2023; by 1000 (Mountain Daylight Time). Forward responses by e-mail jason.moldenhauer.1@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:(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:



5.1.1 Cover Page to Include the following:



Quote must include the following information either on cover page, email, or in the quote:



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



5.1.1.4 Unique Entity ID



5.1.1.5 Point of Contact



5.1.1.6 Phone number



5.1.1.7 Email address



5.1.1.8 Business Type



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



5.1.2.6 Period of performance in calendar days



5.1.3 Performance Plan:



5.1.3.1 Contractor shall provide a schedule of work that shows the work can be completed in 50 days or less.



5.1.3.2 Contractor shall provide a detailed explanation of their procedures to extract the rigid innerduct from around active fiber lines in an underground environment.



5.1.3.3 Contractor shall show the ability to average the removal of 650 feet of rigid innerduct per day.



5.1.3.4 Contractor shall show the ability to average the installation of 650 feet of flexible fabric per day.



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 Performance Plan Details:



2.1.1.1 The Government shall evaluate the performance plan submitted IAW FAR 52.212-1 5.1.3. Performance plan will receive a rating of “Acceptable” if they meet the requirements or they will receive a rating of “Unacceptable.” If there is no performance plan the offeror will receive a rating of “Unacceptable.”


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 >