Wyoming Bids > Bid Detail

Innerduct Space Recovery Phase 2

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159789109918213
Posted Date: Mar 27, 2024
Due Date: Apr 10, 2024
Solicitation No: FA461324Q1023
Source: https://sam.gov/opp/8b8337fd57...
Follow
Innerduct Space Recovery Phase 2
Active
Contract Opportunity
Notice ID
FA461324Q1023
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE GLOBAL STRIKE COMMAND
Office
FA4613 90 CONS PK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Mar 27, 2024 03:51 pm MDT
  • Original Published Date: Mar 11, 2024 01:04 pm MDT
  • Updated Date Offers Due: Apr 10, 2024 10:00 am MDT
  • Original Date Offers Due: Apr 03, 2024 10:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 25, 2024
  • Original Inactive Date: Apr 18, 2024
  • 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 View Changes

Combined Synopsis/Solicitation

Solicitation Number: FA461324Q1023

Purchase Description: Innerduct Conduit Space Recovery Phase II



Amendment 3 - Extended questions due to 28 Mar 24 @1400 hours (2pm) MST. Extended quotes due to 10 Apr 24 @1000 hrs (10am) MST.



Amendment 2 - Posted Attachment 6a - Sketch



Amendment 1 - Posted Attachment 6 - Questions and Answers



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, FA461324Q1023, 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) 2024-03 effective 23 February 2024, Defense Federal Acquisition Regulation Supplement (DFARS) effective 15 February 2024 and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) effective 07 July 2023.



DESCRIPTION OF SERVICE:



Contractor shall provide all management, tools, supplies, equipment, and labor necessary to safely remove flexible innerduct from manhole to connecting manhole in accordance with (IAW) Attachment 1 – Performance Work Statement (PWS) around active fiber cables with little to no load on the line without digging, with no interruption of service, and install outside plant (OSP) fabric mesh solution/innerduct placements from manhole to connecting manhole IAW Attachment 1a - Map, located on F. E. Warren AFB communications conduit duct systems.



CLIN STRUCTURE:



CLIN 0001: Removal of Flexible Innerduct



Not to Exceed (NTE) Quantity: 20,000 Unit of Issue: Linear Foot



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



CLIN 0002: Installation of OSP Fabric Mesh Solution/Innerduct (brand name or equal to Max-cell)



NTE Quantity: 20,000 Unit of Issue: Linear Foot



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



CLIN 0003: Installation of Detectable OSP Fabric Mesh Solution/Innerduct (brand name or equal to Max-cell)



NTE Quantity: 20,000 Unit of Issue: Linear Foot



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



All CLINs F.O.B. Destination.



LIST OF ATTACHMENTS:

Attachment 1 - Performance Work Statement (7 Feb 24)

Attachment 1a - Map

Attachment 2 - Provisions and Clauses

Attachment 3 - Supplemental Clauses

Attachment 4 - Wage Determination Rev 21 (26 Dec 23)

Attachment 5 - Site Visit Agenda

Attachment 6 - Questions and Answers



PERIOD OF PERFORMANCE: Performance shall be completed 50 business 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 and remain active until the time of award. Failure to do so will result in the offer being deemed ineligible for award.



SITE VISIT:

A site survey will take place on Tuesday, March 19, 2024 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, March 18, 2024, 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, March 28, 2024; by 1400 (Mountain Daylight Time).



QUOTES:

Responses/quotes MUST be received no later than Wednesday, April 10, 2024; 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 are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Commercial Services.



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

5.1.1.9. Statement that you company fully understands this solicitation and will meet all the requirements specified in the Performance Work Statement.

5.1.1.10 Offer must be no more than five (5) pages and may only include the vendor’s name and any identifier on the first page or the cover page of the offer.



PRICE

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



PAST EXPERIENCE

5.1.3 Past Experience

5.1.3.1 Contractor shall provide at least three contracts/projects that shows the capability to remove flexible innerduct and install OSP fabric mesh solution within the last three (3) years by providing the following information.

5.1.3.1.1 Contract number

5.1.3.1.2 Place and period of performance

5.1.3.1.3 Description of services provided

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

NOTE: Government/non-government contracts within the previous three (3) 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. Government has determined that best value is expected to result from selection of the technically acceptable offer with the lowest Total Evaluated Price (TEP); therefore, award will be made to the offeror with the lowest price technically acceptable (LPTA). Award will be made on the basis of the lowest TEP of offerors meeting or exceeding the acceptability standards for non-price factors. 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:



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

1.1 Government will rank offers received by lowest price and will then determine technical acceptability of each offer. If the Government receives three (3) offers or fewer, all quotes will be evaluated for technical acceptability. If the Government receives more than three (3) offers, the Government will only select the three (3) lowest priced offers to evaluate for technical acceptability. If the three lowest priced offers are deemed technically unacceptable, the Government reserves the right to evaluate additional offers for technical acceptability if it is determined to be in the Government’s best interest.

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.

1.3 Unbalanced pricing. Offerors are cautioned against submitting an offer that contains unbalanced pricing. Unbalanced pricing may increase performance risk and could result in payment of unreasonably high prices. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one (1) or more contract line items is significantly over or understated. The Government shall analyze offers to determine whether they are unbalanced with respect to separately priced line items or sub-line items. An offer that is determined to be unbalanced may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government.

1.4 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.



2.0 Past Experience

2.1 The Government shall evaluate past experience provided IAW 5.1.3. Past experience will receive a rating of acceptable or unacceptable. If all required past experience is not provided, offer will be considered nonresponsive to this solicitation and will not be eligible for award.

2.2 To determine technical acceptability, the Government will evaluate past experience only. No other non-price factors will be evaluated or considered to determine overall technical acceptability.





52.211-6 Brand Name or Equal.

As prescribed in 11.107(a), insert the following provision:

Brand Name or Equal (Aug 1999)

(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.

(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-

(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;

(2) Clearly identify the item by-

(i) Brand name, if any; and

(ii) Make or model number;

(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and

(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.

(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.

(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.

(End of provision)


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

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 >