Wyoming Bids > Bid Detail

Fiber Upgrade ITB 1284-34 and 34-65

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159792447760250
Posted Date: Jun 1, 2023
Due Date: Jun 28, 2023
Solicitation No: FA461323Q1019
Source: https://sam.gov/opp/7025723adc...
Follow
Fiber Upgrade ITB 1284-34 and 34-65
Active
Contract Opportunity
Notice ID
FA461323Q1019
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: Jun 01, 2023 03:30 pm MDT
  • Original Date Offers Due: Jun 28, 2023 09:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 13, 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:
    • 517111 - Wired Telecommunications Carriers
  • Place of Performance:
    Cheyenne , WY
    USA
Description

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.





Combined Synopsis/Solicitation



Solicitation Number: FA461323Q1019



Purchase Description: Fiber Upgrade ITB 1284 to ITB 34 & ITB 34 to ITB 65





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, FA461323Q1019, 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 517111, with a small business standard of 1,500 employees.





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) 2023-03 effective 26 May 2023, Defense Federal Acquisition Regulation Supplement (DFARS) effective 27 April 2023 and Air Force Federal Acquisition Regulation Supplement (AFFARS) effective 08 May 2023.





DESCRIPTION OF SERVICE:



This 90th Communications Squadron requirement is to engineer, furnish, install, and test (EFI&T) armored single mode fiber optic cable (FOC) to upgrade and enhance the fiber optic cable connectivity between Information Transfer Building (ITB) 1284 to ITB 34 and ITB 34 to ITB 65 at F. E. Warren AFB, Wyoming in accordance with Attachment 1 – Performance Work Statement (PWS).





Option 1 - CLIN 0001:



Fiber Upgrade ITB 1284 to ITB 34



Quantity: 1



1 Unit of Issue: Job



Unit Price: $_____________



Extended Price (Quantity X Unit Price): $________________



Period of performance 105 days or less after the award date of this option.







Option 2 - CLIN 0002:



Fiber Upgrade ITB 34 to ITB 65



Quantity: 1



1 Unit of Issue: Job



Unit Price: $_____________



Extended Price (Quantity X Unit Price): $________________



Period of performance 105 days or less after the award date of this option.





TOTAL PRICE: $­­­­­­­­­­­­­­­­­­­­_______________________





All CLINs F.O.B. Destination.





LIST OF ATTACHMENTS:



Attachment 1 – Performance Work Statement (1 Jun 23)



Attachment 1a – Installation Pictures



Attachment 1b – 90 CS TIC Handbook



Attachment 2 – Wage Determination Rev 19 (27 Dec 22)



Attachment 3 – Site Visit Agenda



Attachment 4 – Offeror Quote Supplement Form



Attachment 5 – Additional Clauses and Provisions





PERIOD OF PERFORMANCE:




  • Period of performance for each option is 105 days or less after the award date of that option.

  • Once contract is awarded, options can be exercised within one year of award date.

  • Any contractor concerns with the period of performance shall be submitted, prior to the quote due date, by e-mail to amber.moore.15@us.af.mil and trisha.lamarr@us.af.mil and shall include the contractor’s and proposed period of performance in days with the justification to support it.





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 visit will take place on Thursday 8 Jun 23 and will begin at 1:00 pm (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 7 Jun 23, by 9:00 am (Mountain Daylight Time). Please refer to Attachment 3 – Site Visit Agenda for additional instructions.





QUESTIONS:



Questions shall be received no later than Monday 12 Jun 23 at 9:00 am (Mountain Daylight Time). Forward responses by e-mail to amber.moore.15@us.af.mil and trisha.lamarr@us.af.mil.





QUOTES:



Responses/quotes MUST be received no later than Wednesday 28 Jun 23 at 9:00 am (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:



(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:




  1. Cover page or a completed copy of Attachment 4 – Offeror Quote Supplement Form to include the offeror’s:

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

    2. Physical Address

    3. Cage code and/or Unique Entity ID

    4. Point of Contact

    5. Phone number

    6. Email address

    7. Business Type



  2. Firm Fixed Pricing to include:

    1. Price Per CLIN

    2. Total Price

    3. Discount Terms (if applicable)

    4. Quote Number (if applicable)

    5. Quote Valid Until Date



  3. Technical Approach

    1. Provide period of performance.

    2. Technical Approach must be a separate document that only identifies the name of the offeror once on the first page and must include answers to the following:

      1. Identify your technical approach to determine an acceptable decibel loss for single-mode fiber during testing.

      2. Identify your technical approach to fusion splicing two fibers.

      3. Identify your technical approach before entering a confined space.

      4. Identify your technical approach to verifying a splice test after terminating.

      5. Identify your technical approach for tagging as a directed method of fiber installation.

      6. Identify your technical approach to dealing with contamination on fiber optic connectors.

      7. Identify your technical approach to finding a broken fiber.











EVALUATION:



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



Paragraph (a) is hereby replaced with the following:





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). The following factor(s) shall be used to evaluate offers:




  1. Price –

    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.

    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.

    3. 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. Technical Approach – The Government will evaluate the technical approach submitted IAW FAR 52.212-1 3.i – vii and assign an overall technical rating of “Acceptable” or “Unacceptable”.



(End of Provision)


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
  • Jun 01, 2023 03:30 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 >