Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2019 FBO #6473
SOLICITATION NOTICE

D -- Fiber Jumper Installation

Notice Date
8/12/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
74 Nealy Avenue, Suite 100 Langley AFB VA 23665
 
ZIP Code
23665
 
Solicitation Number
FA480019QA023
 
Response Due
8/13/2019
 
Point of Contact
Brandon S. Lohse, Contract Specialist, Phone 757-225-2829
 
E-Mail Address
brandon.lohse.1@us.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Solicitation Number: FA480019QA023 Fiber Jumper Installation Langley AFB 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. The 633d Contracting Squadron is issuing this combined synopsis/solicitation, FA480019QA023, 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, Electrical Contractors and Other Wiring Installation, with a small business size standard of $15,000,000. 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 Circular (FAC) 2019-04 effective Aug 7, 2019, Defense Federal Acquisition Regulation Supplement DPN 20190628 effective 28 June 2018, and Air Force Federal Acquisition Regulation Supplement AFAC 2018-0525 effective May 25, 2018. SCOPE: Provide all labor and materials necessary to install yellow fiber jumpers patch cords (various lengths) to 88 workstations and 2 printers. Installation shall include: Panduit raceway capable of containing all cables installed on system furniture. A small raceway should be installed to route cables below desktop. Also, install approximately (101) owner supplied red CAT5 Patch cords to system furniture. Clean and remove all trash generated daily. DELIVERY DATE: 3 weeks ADC. PLACE OF PERFORMANCE: Bldg 623, Joint Base Langley-Eustis, VA Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/ APPLICABLE PROVISIONS AND CLAUSES: Clauses Incorporated by Reference FEDERAL ACQUISITION REGULATION (FAR) 52.203-3 Gratuities (Apr 1984) 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements-Representation (Jan 2017) 52.203-19 - Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (Jan 2017) 52.204-4 Printed Or Copied Double-Sided On Postconsumer Fiber Content Paper (May 2011) 52.204-8 Annual Representations And Certifications (Oct 2016) 52.204-9 Personal Identity Verification Of Contractor Personnel (Jan 2011) 52.204-16 --Commercial And Government Entity Code Reporting (Jul 2016) (Solicitation) 52.204-17 Ownership Or Control Of Offeror (Jul 2016) 52.204-18 Commercial And Government Entity Code Maintenance (Jul 2016) 52.204-19 Incorporation By Reference Of Representations And Certifications (Dec 2014) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations-Representation (Nov 2015) 52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Feb 2016) (Solicitation) 52.212-1 Instructions To Offerors - Commercial Items (Jan 2017) 52.212-2 Evaluation - Commercial Items (Oct 2014) 52.212-3 Offeror Representations and Certifications--Commercial Items (Nov 2017) 52.212-4 Contract Terms And Conditions -- Commercial Items (Jan 2017) 52.215-2 Audit And Records -- Negotiation (Oct 2010) 52.219-1, Small Business Program Representations Alternate 1 (Sep 2015) 52.222-22 Previous Contracts And Compliance Reports (Feb 1999) 52.222-25 Affirmative Action Compliance (Apr 1984) 52.223-5 Pollution Prevention And Right-To-Know Information (May 2011) 52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran--Representation And Certifications (Oct 2015) 52.232-18 Availability Of Funds (Apr 1984) 52.237-2 Protection Of Government Buildings, Equipment And Vegetation (Apr 1984) 52.252-1 Solicitation Provisions Incorporated By Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998) 52.252-4 Alterations In Contract (Apr 1984) 52.252-5 Authorized Deviations In Provisions (Apr 1984) 52.252-6 Authorized Deviations In Clauses (Apr 1984) 52.253-1 Computer Generated Forms (Jan 1991) DEFENSE FEDERAL ACQUISITION REGULATION (DFARS) 252.201-7000 Contracting Officer's Representative (Dec 1991) 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (Sep 2011) 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (Nov 2011) 252.204-7003 Control Of Government Personnel Work Product (Apr 1992) 252.204-7006 Billing Instructions (Oct 2005) 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (Dec 2015) 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (Dec 2015) 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Class Deviation 2012-O0004) (Dec 2018) 252.223-7006 Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials - Basic (Sep 2014) 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies On Contract Payments (Dec 2006) 252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel (Jun 2013) 252.243-7001 Pricing Of Contract Modifications (Dec 1991) 252.247-7023 Transportation Of Supplies By Sea - Basic (Apr 2014) AIR FORCE FEDERAL ACQUISITION REGULATION (AFFARS) 5352.223-9000 Elimination Of Use Of Class I Ozone Depleting Substances (Ods) (Nov 2012) 5352.223-9001 Health And Safety On Government Installations (Nov 2012) 5352.242-9000 Contractor Access To Air Force Installations (Nov 2012) 5352.242-9001 Common Access Cards (Cac) For Contractor Personnel (Nov 2012) Clauses Incorporated by Full Text ADDENDUM TO - 52.212-1 Instructions to Offerors - Commercial Items (Apr 2014) Multiple Offers: Paragraph (e) of this provision hereby changed to single offer. 1. GENERAL INSTRUCTIONS A. The purpose of these instructions is to prescribe the format of the Request for Quotes (RFQ) and describe the approach for the development and presentation of the request for quote data. These instructions are designed to ensure essential information required for evaluation is submitted. B.The Contracting Officer (CO) has determined there is a high probability of adequate price competition in this acquisition so offerors are advised to submit their best pricing and technical information up front. Multiple offers will not be accepted. Upon examination of the initial offers, the CO will determine if adequate price competition exists, no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the CO determines that adequate price competition no longer exists, offerors may be required to submit information, other than certified cost or pricing data, to the extent necessary for the CO to determine the fair and reasonableness of the price. C. To assure timely and equitable evaluation of quotes, offerors shall follow the instructions contained herein. Offerors are required to meet and address all requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in an offer being deemed ineligible for award. Offerors must clearly identify any exception to the terms and conditions and provide complete accompanying rationale. Quotes shall be comprehensive, complete, self-sufficient, and respond directly to the requirements of the RFQ. Elaborate artwork, expensive visual aids are neither necessary nor desired. All pages of each part shall be numbered. Written content will be 12 pitch and Times New Roman for all volumes including tables or diagrams. Each volume shall contain a cover sheet, clearly marked with the RFQ number, title, and the offeror's name. Offerors shall acknowledge all amendments to the solicitation by signing and dating Page 1 of each Standard Form 30, Amendment of Solicitation/Modification of Contract. Failure to comply with these instructions may result in the offeror's quote being summarily rejected due to nonresponsiveness. Any commitments made in the offer shall become part of the resultant contract. D. Late responses will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers." 2. FORMAL COMMUNICATIONS A. Any formal communication shall be submitted in writing (via email) to the POCs below. It is the offeror's responsibility to confirm receipt of all formal communications. 633 CONS/PKC SSgt Brandon S. Lohse and TSgt Enrique S. Caceres Email: brandon.lohse.1@us.af.mil and enrique.caceres@us.af.mil Reference: Solicitation FA480019QA023 B. SUBMISSION OF QUOTES Original quote submissions shall be e-mailed to brandon.lohse.1@us.af.mil on or before 12 August 2019 by 4:00 pm U.S. Eastern Standard Time. C. QUOTE PREPARATION INSTRUCTIONS C.1. The following instructions prescribe the format for quotes, and describe the approach to be used for the development and presentation of the quote data. The quote shall include all of the information requested in the specific instructions. Failure to include all information requested may adversely affect the evaluation and may result in a determination that the quote is non-responsive. A quote that merely reiterates or promises to accomplish the requirements of the PWS will be considered unacceptable. A quote that is orderly and sufficiently documented will enable the Government to easily understand the quote and perform a thorough and fair evaluation. The Government may incorporate into the contract by reference or full text portions of the successful offeror's quote as revised and supplemented through the Final Quote Revision submitted in response to the solicitation. C.2. Quote Format. Specific guidance regarding format and content is discussed in the following paragraphs. The Government will only read/evaluate the maximum number of pages allowed. The quote content shall be formatted as follows: - Text: Single-spaced - Font Size: Microsoft Office Word, Times New Roman, 12 font - Margins: One Inch (1") left, right, top and bottom - Paper Size: 8½" x 11" with a background color of white or ivory stock only - Page Numbering: Sequential (i.e., 1 through 100) C.3. Electronic Submission/Copies. Electronic submissions shall be submitted via e-mail to the POCs. Information submitted in the electronic format shall not exceed the page limits stated below. Copies and Page Limit. Evaluators will only read up to the maximum number of pages specified. All pages provided by the offeror in excess of the stated limitations will not be evaluated. Copy requirements and page limitations are as follows: Evaluation Process For efficiency purposes, the Government will evaluate a minimum of the three (3) lowest priced offerors for technical acceptability. If the three lowest offerors are evaluated with an acceptable technical rating, award will go to the lowest price. If the lowest priced offeror(s) is determined to be unacceptable in technical or is determined to be nonresponsible in accordance with FAR 9.104, the next lowest priced offeror will be evaluated for technical acceptance. The process will continue until an offer is found to be technically acceptable. Award will be made to the lowest priced technically acceptable offerer. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA480019QA023/listing.html)
 
Place of Performance
Address: ACC/A2 Langley AFB, VA Langley AFB, VA
Zip Code: 23665
Country: US
 
Record
SN05401550-F 20190814/190812230021 (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.