SOLICITATION NOTICE
59 -- Wake Island Secondary Crash Network
- Notice Date
- 5/28/2025 3:50:46 PM
- Notice Type
- Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- FA5215 766 ESS PKP JBPHH HI 96860-4928 USA
- ZIP Code
- 96860-4928
- Solicitation Number
- FA521525Q0015
- Response Due
- 6/12/2025 11:00:00 AM
- Archive Date
- 06/12/2025
- Point of Contact
- MatthewRoss Cruz, Phone: 9075521531, Erick Shriver, Phone: 9075525743
- E-Mail Address
-
matthewross.cruz.1@us.af.mil, erick.shriver.1@us.af.mil
(matthewross.cruz.1@us.af.mil, erick.shriver.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- FA521525Q0015, originally released on 9 May 2025, has been amended to provide the Government's respoonse to the questions received by the 1:00 PM AKDT 21 May, revised SOW with highlighted changes (note change in paragraph numbers), and to extend the deadline for Offeror's response to 12 June, 10:00 AM AKDT. All questions pertaining to this solicitation must be submitted to the listed Point of Contacts no later than 21 May 2025/1:00 PM AKDST. SECTION L Information/Instructions to Offerors L 1. Travel (CLIN 0002) Due to the complexity of travel, a Not to Exceed (NTE) CLIN 0002 (Contract Line-Item Number) will be established for contractor personnel transportation to and from the site from contractor's point of origin. Transportation covers labor, per diem, lodging, and travel expenses IAW the JTR. Total amount will be determined by the Government as mission need arises, current ceiling will be set at not to exceed $15,000. When 80% of the approved travel amount has been utilized, the Contractor shall notify the Contracting Officer and Program Manager Office. L.1.1. The Offeror shall not include travel in their quote. The evaluated price will be offeror's quoted price plus the NTE CLIN amount of $15,000. L.1.2. The Offeror shall provide their travel labor rate for CLIN 0002. The labor rate will not be evaluated for award or considered in the offeror's quoted price. If selected for award, offeror's labor rate will be included in CLIN 0002 verbiage of the contract. L 2. The Offeror must self-certify that they (or, if applicable, the subcontractor) possess a minimum of 3 years of experience in Telecommunication Systems installation. L 3. Provide a statement that the entity quoting understands the austere nature of this location. L 4. Technical Approach - Provide a short paragraph, at minimum, describing the technical approach for accomplishing the requirements in the SOW SECTION M: Evaluation Factors M.1 The selection methodology for award will be Lowest Price Technically Acceptable (LPTA). Only the lowest priced quote will be evaluated for technical acceptability. In the event the lowest priced quote is determined to not be technically acceptable, then the next lowest priced quote will be evaluated. Technical acceptability will be determined based on the following factors. M.1.1 Technical Factors (a) Offeror possesses a minimum of 3 years experience in telecommunication systems installation (b) Technical approach M.1.2 Price Factors (a) The Evaluated Price is calculated as the sum of Offeror's quoted price plus the $15,000 (NTE CLIN 0002) DESCRIPTION The requirement is for the contractor to furnish, install and test into service a Secondary Crash Network (SCN) system on Wake Island and provide training in accordance with the project Statement of Work (SOW).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/081eeec3ab874b6e9e0bb80f11c5e105/view)
- Place of Performance
- Address: Wake Island, HI 96898, USA
- Zip Code: 96898
- Country: USA
- Zip Code: 96898
- Record
- SN07458151-F 20250530/250528230056 (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 |