Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOLICITATION NOTICE

60 -- Fiber Optic ATCALS - FA5575-18-Q-MD09 - Fiber Optic ATCALS

Notice Date
8/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, US Air Force Europe, 496 ABS/PK - Moron, Moron AB, Unit 6585, Moron AB, Spain, 09643-6585, United States
 
ZIP Code
09643-6585
 
Solicitation Number
FA5575-18-Q-MD09
 
Archive Date
9/15/2018
 
Point of Contact
Marcus L. Drinkard, Phone: 34955848073, Pablo A. Velez, Phone: 955848075
 
E-Mail Address
marcus.drinkard@us.af.mil, pablo.velez@us.af.mil
(marcus.drinkard@us.af.mil, pablo.velez@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 - SOO - Fiber Optic Cables ATCALS Facilities - 24 Jan 2018 FA5575-18-Q-MD09 - Fiber Optic ATCALS COMBINED SYNOPSIS/SOLICITATION ‘COMBO': FA5575-18-Q-MD09 Fiber Optic ATCALS (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii)Solicitation FA5575-18-Q-MD09 is issued as a Request for Quotation (RFQ). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, effective 20 July 2018. (iv)This solicitation is full and open without exclusion; the associated NAICS code is 238210, Electrical Contractors and Other Wiring Installation Contractors. (v)This will be a one line item contract: Fiber Optic ATCALS installation to be quoted as one (1) lot. (vi)Contractor is to engineer, furnish, install, and test (EFI&T) 12 strands armored single mode (SM) fiber optic cable (FOC) from Existing MH 1 to Bldg 1536, Bldg 1538 and Bldg 1540, new hand holes, pull box, and conduit systems in accordance with Attachment 1 SOO - Fiber Optic Cables ATCALS Facilities - 24 Jan 2018. (vii)Delivery shall be FOB Destination. All services are to be performed at: Moron AB, Spain (viii)FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. (ix)FAR 52.212-2 Evaluation-- Commercial Items (Oct 2014) is hereby incorporated by full text: a.The Government will award one contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation is determined to be the best value quote utilizing FAR Parts 12 and 13. The Government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government's best interest. In addition, the Government may conduct comparative evaluations of quoter's to determine the best value quote. The Evaluation Factors are: I.Price; II.Technical capability; III.Past Performance. b.Options: N/A c.A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x)Each vendor shall ensure the provision at FAR 52.212-3, Vendors Representations and Certifications--Commercial Items (Nov 2017), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi)The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii)The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Deviation 2013-O0019) (Nov 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS - March 2015 (xiii)Options- N/A (xiv)No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition. (xv)NOTICE TO ALL INTERESTED PARTIES: Questions and Answers: Questions are due via email to SSgt Marcus Drinkard (marcus.drinkard@us.af.mil) NO LATER THAN 2:00PM Local Time on 23 July 2018. Offers: Quotes are due no later than 2:00PM Local Time on 31 August 2018. Quotes shall include the following: a.Price; b.Technical Capability Narrative; c.Past Performance Information. (xvi)Quotations shall be submitted electronically via e-mail to SSgt Marcus Drinkard (marcus.drinkard@us.af.mil). For information regarding this RFQ contact the same. Quotes submitted electronically are cautioned that Moron has very strict firewall protocols and the government will not be held responsible for timely and complete receipt of quotes by email. If submitting quote by e-mail, only submit one copy and the maximum size of email shall not exceed 4MB. Quote can be split over multiple e-mails and if sending multiple e-mails, ensure subject line contains how many emails have been sent with the text to be used as follows: "E-mail X of Y" (1 of 4, 2 of 4, etc.). Please confirm delivery of your quote by email. (xvii)List of Attachments: a.Attachment 1: SOO - Fiber Optic Cables ATCALS Facilities - 24 Jan 2018 (xviii)Companies must be registered in SAM.gov: https://www.sam.gov/portal/SAM/ and invoices shall be submitted thru Wide Area Work Flow website: https://wawf.eb.mil/   Addendums: Addendum to FAR 52.212-1 (m) The offeror shall prepare in narrative format key elements giving an explanation on the procedures that will be used during contract execution providing confidence that the offeror has a complete understanding of the attached Performance Work Statements requirements. The narrative shall not exceed more than 10 pages not including visual aids with the complete technical capability narrative package not exceeding 20 pages. Key elements to include: (A)Installation Plan; (B)Quality Control Plan; (C)Schedule; (D)Staffing Plan. (n) The Past Performance information may be obtained from the following sources: (A)Reference List (not to exceed 3 pages); (B)The contracting officer's knowledge of and previous experience with the supply or service being acquired; (C)Customer surveys, and past performance questionnaire replies; (D)The Government wide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov; or (E)Any other reasonable basis. Quoters with no relevant past performance history are treated neither favorably nor unfavorably, however, the Government may use information obtained from other sources to determine a final past performance rating. Past performance evaluation will be performed based on the following criteria: Recency: The Government will confirm whether work submitted by the quoter has been completed within the past 3 years from the solicitation release date or are currently in progress. Relevancy: The Government will evaluate work submitted by the quoter to determine relevancy. Relevancy is defined as similar services when compared to this solicitation in terms of actual services provided. The Government is not bound by the offeror's opinion of relevancy. (End of provision) Addendum FAR 52.212-2 Award Process: The Government intends to award to the best value quote. In accordance with 13.106-2(b)(3), the Government is not required to establish a competitive range, conduct discussions, or score quotes. Consistent with simplified acquisition procedures, the evaluation process is as follows: Price: All quoters' proposed prices will be determined by adding the proposed price for each Contract Line Item Number (CLIN) to confirm the extended amount and the total amount. The price evaluation will document the reasonableness and completeness of the total evaluated price. Arithmetic Discrepancies: For the purpose of initial evaluation of quotes, the following will be utilized in resolving arithmetic discrepancies as submitted by the quoter. (A) Obviously misplaced decimal points will be corrected; (B) Discrepancy between unit price and extended price, the unit price will govern; (C) Apparent errors in extension of unit prices will be corrected; (D) Apparent errors in extended prices per CLIN will be corrected. The Government will evaluate all quotes for price, ranking the quoters from lowest to highest total evaluated price. Technical capability The proposal shall be clear, concise, and shall include detail for effective evaluation and for substantiating the validity of stated claims. The proposal shall not simply rephrase the Government's requirements but rather provide convincing rationale to address how the Offeror intends to meet these requirements. Offerors shall assume the Government has no prior knowledge or experience with their facilities or experience and will base its evaluation on the information presented in the Offeror's proposal. Elaborate brochures or documentation, detailed artwork, or other embellishments are unnecessary and are not desired. Each Offeror's proposal shall contain the following at a minimum:. Sub Factor 1: INSTALLATION PLAN. This sub factor is met when the Quoter provides a detailed installation plan that demonstrates a comprehensive and effective approach for accomplishing the objectives of the SOO specifically as identified below: a.A narrative proposal, detailed sufficiently, that sufficiently addresses technical and logistical requirements IAW SOO para 1.0, 2.0, and 3.0. b.List of materials, including the material specifications. c.The proposal shall provide an installation schedule identifying the applicable milestones for the project through completion to include any required data submittal's IAW SOO para 3.19. d.Drawings in Microsoft Visio (*.vs*) (with a courtesy copy in *.pdf format) showing the floor plan, connectivity, cabinet elevations, cable paths, power panel schedules, grounding methodology and schematics for the equipment to be installed IAW SOO para 3.1, 3.1.20, 3.2.30 e.The contractor shall provide a list of all codes, standards and specifications used to implement this project/delivery order IAW SOO para 5.0. f.The contractor shall provide a methodology and schedule of cutover and testing the technical requirements IAW SOO para's 3.2.31 and 3.2.33. The contractor shall also provide a description of the method that will be used to correct any unsatisfactory test results. Sub Factor 2: QUALITY CONTROL PLAN. This sub factor is met when the Quoter provides a quality control plan that includes a quality control definition, approach for quality control and how it will be applied, and methods for handling deficiencies IAW SOO paragraph 2.6. Sub Factor 3: SCHEDULE. This sub factor is met when the Quoter provides a complete milestone schedule encompassing all items discussed in SOO paragraph 3.2.28 that includes: a.Applicable milestones of the project through completion to include any required data submittals. b.The period of performance that is consistent with the installation plan and does not exceed nine months. Sub factor 4: STAFFING PLAN. This sub factor is met when the quoter provides a staffing plan that meets the following criteria: a.A description of labor categories, number of personnel in each category, and a short position title(s) indicating a sufficient number of on-site/off-site personnel in each category required to meet all contractual requirements. b.Evidence of training, experience, qualifications, certifications and security clearances of the proposed on-site/off-site personnel. Past Performance: The quote with the lowest total evaluated price determined to meet the Government's requirement will be evaluated for past performance based on subjective assessment of how well the quoter performed on past recent and relevant work, as outlined in Addendum to FAR Provision 52.212-1. Quoter must receive an Acceptable rating to receive an award. This rating is based upon quoter-provided information, or information obtained from any other sources of past performance information, indicating performance of same or similar requirement as follows: RATING DEFINITION Acceptable: Based on the quoter's performance record, the Government has a reasonable expectation that the quoter will successfully perform the required effort, or the quoter's performance record is unknown. Unacceptable: Based on the quoter's performance record, the Government has no reasonable expectation that the quoter will be able to successfully perform the required effort. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3422f34693b108d6e3e719bba8bcc840)
 
Place of Performance
Address: Moron AB, Spain, Moron, Non-U.S., United States
 
Record
SN05044260-W 20180819/180817231355-3422f34693b108d6e3e719bba8bcc840 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.