Wyoming Bids > Bid Detail

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

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159753668700202
Posted Date: Mar 31, 2023
Due Date: Apr 24, 2023
Solicitation No: FA461323Q0009
Source: https://sam.gov/opp/555ab8667c...
Follow
90 CS Long Range Ethernet with High Speed Ethernet over Copper System Replacement
Active
Contract Opportunity
Notice ID
FA461323Q0009
Related Notice
FA461323Q1010
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: Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 31, 2023 01:51 pm MDT
  • Original Date Offers Due: Apr 24, 2023 09:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 09, 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 82005-2860
    USA
Description

Combined Synopsis/Solicitation

Solicitation Number: FA461323Q0009

Purchase Description: 90 CS Long Range Ethernet with High-Speed Ethernet Over Copper System Replacement



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:




  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 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 Thursday, April 13, 2023; by 1100 (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


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 >