Fiber Optic Cable Installation

expired opportunity(Expired)
From: Federal Government(Federal)
FA671223Q0001

Basic Details

started - 01 Dec, 2022 (17 months ago)

Start Date

01 Dec, 2022 (17 months ago)
due - 14 Dec, 2022 (16 months ago)

Due Date

14 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
FA671223Q0001

Identifier

FA671223Q0001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709686)DEPT OF THE AIR FORCE (60508)AFRC (873)FA6712 911 AW LGC (120)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (11)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

12/1/2022 - Amendment 2- The deadline for quotes relating to this requirement is going to be extended from December 7th , 2022 2pm. E.S.T.  to December 14th, 2022 2pm. Quotes received after this deadline will not be accepted.- Attachment 1 was updated to clarify several questions submitted during the site visit, regarding the need for a continuous run of cable (Section 2.2), potential contamination in manholes (2.2.1.1), a better decription of Splice Connectors (2,2,1,5) and FOD Panel requir ements (2.2.2.1.1), and the Period of Performance was changed from one (1) year after contract award to completion within ninety (90) days after contract is awarded (3.1).  - Attachment 3 was updated to show the unit of measure as One (1) Lot, instead of Twelve (12) Months.- Attachments 4 through 11 (As Builts) were added to the solicitation.11/23/2022 - Amendment 1-      A site visit will be conducted Tuesday, 29 November 2022 at 10am at the 911th Airlift Wing, Coraopolis, PA 15108. All vendors
interested in a site visit must contact the POC Ryan Scott at ryan.scott.34@us.af.mil to make arrangements for entry on-base by Monday, 28 November 2022 at 2pm. No additional requests for entry will be accepted after that time. All visitors to the 911th Airlift Wing are required to present "Real ID Act" compliant identification upon arrival, or must bring the additional following credentials to be allowed access to the base.-      If your drivers license states “Not for REAL ID purposes”, “Not for Federal Facilities” or similar language, you must also bring either a valid US Passport, Passport card, Visa, TWIC, Certificate of Naturalization, Veterans Identification Card, Veterans Health Identification card, or a Social Security card and a birth certificate with raised seal. Note: Of the latter two documents, plus the drivers license, all three documents must bear the same name or a former name as documented on acceptable name change documentation such as a court order, marriage certificate, or divorce decree. Beyond May 3, 2023, the older style “legacy” driver licenses may no longer be acceptable forms of identification for installation access. Additionally, all potential visitors need to be aware of the following criteria that could prevent entry onto the installation.-     General entry denial criteria: active warrants of any kind, non-violent felony convictions within ten (10) years, misdemeanor convictions within five (5) years, and other convictions of serious crimes against persons at any time in the individual’s past. Significant trends of criminal history (habitual offenders) may also be grounds for denial of entry.The following provision will be added to the COMBINED SYNOPSIS/SOLICITATION for the purpose of a Site Visit.FAR 52.237-1, Site Visit - Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.-----This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quote (RFQ) number is FA671223Q0001. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-08. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. Clauses can be accessed in full text at these addresses: www.acquisition.gov. The NAICS code is 238210 and the Small Business Standard is $16.5 Million.The proposed contract is a 100% total set-aside for Small Business.Award shall be made on the evaluation basis of Lowest Price Technically Acceptable.The deadline for submission of questions relating to this solicitation is Wednesday November 30th  2022 2pm E.S.T. The deadline for quotes relating to this requirement is December 14th , 2022 2pm. E.S.T.  Quotes received after this deadline will not be accepted.The Pittsburgh 911th Airlift Wing located in Coraopolis, PA is seeking quotes from small business vendors for the following:Section B - Schedule of Services:  Fiber Optic Cable Installation (See Attachment 1 Statement of Objectives) - Non-personal service to furnish, unless otherwise specified, all tools, equipment, labor, and material necessary to engineer, install, and test (EFI&T) approx. 2,300 feet of continuous 12-strand single mode (SM) fiber optic cable (FOC) from Infrastructure Building (ITB) 221 to Building (B) 418 at Pittsburgh ARS PA. Bldg 418 will require the installation of a new 12-port FODP. ITB 221 has an existing 12-port FODP that will be utilzed. Both ends of the FOC will then be connected to the 12-port FODP's in ITB 221 and B 418.This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13.Period of Performance:  90 days from date of awardBASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the lowest priced offeror that meets the minimum technical requirements. Offeror will be evaluated in accordance with FAR 13.106-2(b)In accordance with, FAR 52.212-1(b) (4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary, to demonstrate your capabilities in fulfilling the SOO.Technical Evaluation RatingsRating; Description- Acceptable; Submission clearly meets the minimum requirements of the solicitation- Unacceptable; Submission does not clearly meet the minimum requirements of the solicitationIf the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable" and will no longer be considered for further competition or award.Section C - FAR CLAUSES AND PROVISIONS:52.202-1, Definitions52.204-7, System for Award Maintenance52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018)52.204-13, SAM Maintenance52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment52.204-26, Covered Telecommunications Equipment or Services-Representation52.212-1, Instructions to Offerors - Commercial Items52.212-3 Alt I  Offeror Representations and Certifications – Commercial Items52.212-4, Contract Terms and Conditions - Commercial Items52.219-6,  Notice of Total Small Business Set-Aside52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities Relating to Iran – Representations and                                      Certifications52.232-39, Unenforceability of Unauthorized Obligations52.232-40, Providing Accelerated Payments to Small Business Subcontractors52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)52.237-2, Protection of Government Buildings, Equipment, and Vegetation52.243-1, Changes Fixed Price52.247-34, F.O.B-Destination52.252-2, Clauses Incorporated by Reference52.252-6, Authorized Deviations in Clauses52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items as follows:  - 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov                                  2021)   - 52.219-28, Post-Award Small Business Program Representation (Jul 2013)- 52.222-3,   Convict Labor- 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016)- 52.222-21, Prohibition of Segregated Facilities (Apr 2015)- 52.222-26, Equal Opportunity (Sep 2016)- 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)- 52.222-41, Service Contract Labor Standards- 52.222-42, Statement of Equivalent Rates for Federal Hires- 52.222-50, Combating Trafficking in Persons- 52.222-55, Minimum Wages Under Executive Order 13658- 52.222-62, Paid Sick Leave Under Executive Order 13706- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)- 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)- 52.232-33, Payment by Electronic Funds Transfer--System for Award Management- 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management  DFARS CLAUSES AND PROVISIONS252.203-7000, Requirements Relating to Compensation of Former DoD Officials252.203-7002, Requirement to Inform Employees of Whistleblower Rights252.203-7005, Representation Relating to Compensation of Former DoD Officials252.204-7003. Control of Government Personnel Work Product252.204-7008, Compliance With Safeguarding Covered Defense Information Controls252.204-7015, Disclosure of Information to Litigation Support Contractors252.204-7016, Covered Defense Telecommunications Equipment or Services—Representation252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of                            Terrorism252.225-7001, Buy American Act & Balance of Payments Program252.225-7012, Preference for Certain Domestic Commodities252.225-7036, Buy American Act, Free Trade Agreements, Balance of Payments Program252.225-7048, Export Controlled Items252.232-7003, Electronic Submission of Payment Requests and receiving Reports252.232-7006, Wide Area Workflow Payment Instructions252.232-7010, Levies on Contract Payments252.243-7001, Pricing of Contract Modifications252.244-7000, Subcontracts for Commercial ItemsAFFARS CLAUSES5352.201-9101, Ombudsman5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012)5352.242-9000, Contractor Access to Air Force InstallationsQuoters are reminded to include a completed copy of 52.212-3 and it's ALT I if not updated in SAM.The deadline for quotes relating to this requirement is December 7th , 2022 2pm. E.S.T.  Quotes received after this deadline will not be accepted.The Point of Contact for this solicitation is Ryan Scott who can be reached at 412-474-8482 or email ryan.scott.34@us.af.mil.   System for Award Management (SAM).  Quoters must be registered in the SAM database to be considered for award.  Registration is free and can be completed online at http://www.sam.gov/. Quotes shall be sent via email to ryan.scott.34@us.af.mil.   All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, and business size.  Please note that the Government's terms for payment for this requirement are Net 30 Days AFTER acceptance of service. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

Location

Place Of Performance : N/A

Country : United StatesState : PennsylvaniaCity : Coraopolis

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 238210Electrical Contractors and Other Wiring Installation Contractors
pscCode N059Installation of Equipment: Electrical and Electronic Equipment Components