SOLICITATION NOTICE
J -- Inside and Outside Plant Communications Distribution Wiring Services BPA at Homestead Air Reserve Base (HARB), FL
- Notice Date
- 6/13/2025 5:25:25 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- FA6648 482 LSS LGC HOMESTEAD AFB FL 33039-1299 USA
- ZIP Code
- 33039-1299
- Solicitation Number
- FA664825Q0008
- Response Due
- 6/20/2025 12:00:00 PM
- Archive Date
- 06/20/2025
- Point of Contact
- Viviane Filias
- E-Mail Address
-
viviane.filias@us.af.mil
(viviane.filias@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES Title: Inside and Outside Plant Communications Distribution Wiring Services BPA at Homestead Air Reserve Base (HARB) Document Type: Combined Synopsis/Solicitation Number: FA664825Q0008 Posted Date: 13 June 2025 Response Date: 20 June 2023 3:00PM EST Product Service Code (PSC)Classification Code: J061� Maintenance, Repair, and Rebuilding of Equipment- Electric Wire and Power Distribution Equipment Set-Aside: Yes, 100% Small Business Set-Aside NAICS Code: 238210� Electrical Contractors and Other Wiring Installation Contractors Place of Performance: Homestead Air Reserve Base, FL 33039 Contracting Office Address: Department of the Air Force, Air Force Reserve Command, Homestead (ARB) 29050 CORAL SEA BLVD. HOMESTEAD ARB, FL 33039 This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services and supplemented with additional information herein. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. Solicitation FA664825Q0008 is issued as a request for quotation (RFQ). Interested parties who believe they can meet all the requirements for the services described herein are invited to submit, in writing, a complete quote package. Only submission of written offers will be accepted; oral offers will not be accepted. Please provide the full solicitation number on all packages. Offerors are required to submit with their quote, enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Quotes shall be submitted via email to the Contracting Officer at: viviane.filias@us.af.mil. Please note: the maximum file size that can be received via email is 20MB. Emails over this file size will not be received. If the file size is greater than 20MG, please utilize DoD SAFE (Secure Access File Exchange) at https://safe.apps.mil which requires the setup of a drop-off in advance. Please ensure any request for DoDSAFE is submitted at least 3 business days prior to the solicitation close date. This requirement will be 100% Total Small Business Set-Aside and being issued as full and open competition under NAICS code: 238210� Electrical Contractors and Other Wiring Installation Contractors and small business size standard of $19,000,000. Up to three (3) Blanket Purchase Agreement (BPA) will be established with select companies able to meet the noted requirements for Inside and Outside Plant Communications Distribution Wiring at Homestead ARB, FL. Note: A BPA is not a binding contract but an agreement. Therefore, prices must be set prior to any orders being placed against the BPA. Additionally, either party has the choice to terminate or re-negotiate an agreement provided a 30-day notification is issued. BPA�s period of performance is usually for a five-year period, unless terminated by either party or the BPA Master dollar limit has been met. Please review this combo in its entirety including all solicitation attachments provided herein and submit an offer for the requested services, as prescribed. The clauses and provisions in RFQ FA664825Q0008 are incorporated and will remain in full force in any resultant award. It is the Offeror�s responsibility to be familiar with applicable provisions and clauses. Full text of provisions and clauses may be accessed electronically at the following website: https://www.acquisition.gov/ The provision at 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services, applies to this acquisition. In addition, the following information shall be included: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. Vendor Information UEI Number CAGE Code: Contractor Name: Payment Terms (net30) or Discount: Point of Contact and Phone Number Email address: Date Offer Expires For an Offeror to be considered for award, the organization shall be registered, active, and have a CAGE Code in the System for Award Management (SAM) at: www.sam.gov If the vendor is not registered and active, the vendor cannot receive an award. 2. Price Offerors shall submit their firm fixed-price quote for labor and parts using the attached price list(s). Please reference Attachment 2 (page four (4) Section II - Product Description within the SOW) and Attachment 3 (HARB First 400 Feet- Inside Plant Standards) for any additional details concerning required material. 3. Technical Information Factor 1. Technical Capability: Offeror shall clearly show and demonstrate the company�s technical ability to meet the Government requirement. Offeror shall either submit a capability statement or documents that clearly show the Offeror can meet the Government�s requirements. Factor 2. Warranty: The Contractor shall be certified and authorized to issue a fifteen (15)-year extended warranty on copper and optical cabling systems. This is to include installation, warranty, and service on all products being installed, in accordance with the SOW. Factor 3. Licenses and Insurance: The Contractor must be registered and fully licensed to conduct business within the State of Florida. All installation technicians must be fully trained and certified in installation, termination, and testing of all current copper and optical wiring standard. In addition, the Contractor must be fully insured. Evidence of insurance and workers compensation coverage must be provided. Factor 4. Locality: The contractor must provide proof that technicians can arrive at Homestead Air Reserve Base within two (2) hours in case of emergency repairs. Factor 5. Past Performance: The Contractor shall provide a list of five (5) reference sites consisting of institutions of similar size and complexity within the past three (3) years. Reference sites listed shall include a brief description of the project, point of contact, contact telephone numbers and email addresses. ********************************************************* Evaluation of Quotes: The provision at FAR 52.212-2 Evaluation�Commercial Products and Commercial Services applies to this acquisition. ADDENDUM to 52.212-2, Evaluation � Commercial Items. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR part 13.106. The evaluation criteria is: Lowest Price Technically Acceptable. The Government intends to award the BPA(s) with a $250,000 ceiling for a period of 5 years. This is a lowest price technically acceptable RFQ. The following factors shall be used to evaluate offers: Price: The BPA(s) will be awarded to the Lowest Price Technically Acceptable Offer(s). Technical Assessment: Your package MUST include a technical capability description, warranty assertion, proof of ability to conduct business in the State of Florida, licenses of the company�s technicians, proof of locality and insurance, and five (5) reference sites to support with past performance review. Quotes will be evaluated from the lowest price. To be found technically acceptable the quote must also demonstrate the contractor�s ability to meet the requirements for all five (5) technical subfactors referenced above, which will be examined on a pass or fail basis. If a quote fails, it will be determined not technically acceptable. The Government reserves the right to require minor clarifications or to hold discussions. However, the Government may award without requesting clarification/discussion. Amendment to Solicitation: The Government reserves the right to revise or amend the solicitation and attachments prior to the offer closing time. If revised, the amendments will be issued in sam.gov. The offeror shall acknowledge all amendments issued by completing the Acknowledgment of Amendments located in the below attachments. Any questions generated from this solicitation must be submitted in writing to viviane.filias@us.af.mil by 3:00 PM Eastern Standard Time (EST), 20 June 2025. Special Instructions: the subject line in all emails must be formatted as follows: Subject: Solicitation# FA664825Q0008/ Vendor Name: XXXXXXXX/ Project Name: Distribution Wiring Services at Homestead Air Reserve Base, FL When addressing questions concerning any aspect of the solicitation or attachments, state the page number, section, and paragraph that requires clarification. The Contracting Officer will provide clarification(s) through amendment(s) to the solicitation following receipt of any questions. Any questions received after 20 June 2025 3:00 PM EST may not be answered. Offers are due by 20 June 2025 at 3:00 PM Eastern Standard Time (EST). Offers must be sent to Viviane Filias at viviane.filias@us.af.mil via electronic mail and no late submissions will be accepted. For additional information regarding this solicitation contact: Contracting Officer: Viviane Filias Email: viviane.filias@us.af.mil List of Attachments: -Solicitation (Attachment 1) -Statement of Work (SOW) (Attachment 2) -Specification: HARB First 400 Feet- Inside Plant Standards (Attachment 3) -BPA Labor/Price List (Attachment 4) -Wage Determination 15-4543 (Attachment 5) -Acknowledgment of Solicitation Amendment (Attachment 6)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f8d561dabee74f489050183ed5011472/view)
- Place of Performance
- Address: Homestead, FL 33039, USA
- Zip Code: 33039
- Country: USA
- Zip Code: 33039
- Record
- SN07477024-F 20250615/250613230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |