90 CS Premise Wiring Upgrade Building 333

expired opportunity(Expired)
From: Federal Government(Federal)
FA461323Q0006

Basic Details

started - 06 Jun, 2023 (11 months ago)

Start Date

06 Jun, 2023 (11 months ago)
due - 08 Jun, 2023 (11 months ago)

Due Date

08 Jun, 2023 (11 months ago)
Bid Notification

Type

Bid Notification
FA461323Q0006

Identifier

FA461323Q0006
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710881)DEPT OF THE AIR FORCE (60616)AFGSC (4076)FA4613 90 CONS PK (525)
[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.

Combined Synopsis/SolicitationSolicitation Number: FA461323Q0006Purchase Description: Premise Wiring Upgrade Building 333Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.Amendment Five (5): Attachment 1 – Solicitation FA461323Q0006 has been replaced with Attachment 1a – Provisions and Clauses and Attachment 1b – Supplemental Clauses, Attachment 2 – Performance Work Statement has been modified to reflect the period of performance change, Attachment 8 – Offeror Quote Supplement Form has been updated, Attachment 10 – Brand Name Justification has been added, sections INSTRUCTIONS TO OFFERORS, EVALUATION, and PERIOD OF PERFORMANCE have been updated, and
Responses/quotes have been changed to be MUST be received no later than 1400pm (MDT) on Thursday, June 08, 2023.Amendment Four (4): Attachment 5 - B333 Floor Plan with Scale has been updated to have the correct count totals.Amendment Three (3): Attachment 2 - Performance Work Statement has been updated, Attachment 5 - B333 Floor Plan with Scale has been updated, Attachment 9 - Questions and Answers has been posted, Responses/quotes have been changed to be MUST be received no later than 0900am (MDT) on Wednesday, May 17, 2023.Amendment Two (2): Responses/quotes have been changed to be “MUST be received no later than Monday, May 08, 2023 (MDT); Government response to questions will be posted soon.Amendment One (1): Attachment 6 - Site Visit Agenda has been updated to state that the DBIDS Virtual Enrollment System is optional to use. If a contractor needs a visitor pass, they may show up on 06 April 2023 at 0800 MDT at the Visitor Center to be sponsored for a visitor pass. Site Visit requests must be received by 1530 MDT on 05 April 2023.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. This solicitation will be posted to the SAM.gov as a Total Small Business Set Aside.The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461323Q0006, 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, with a small business standard of $16.5M.The contractor shall remove Category 5 (CAT 5) or older cables in building 333 that run from the Main Communications Equipment Room (CER) to each communication jack and replace with new Category 6 (CAT 6) cables that shall connect with the new patch panel to be installed in the Hot Aisle Containment Room (HAC). Analog cables terminated to 66 termination punch down Blocks shall be removed unless otherwise directed. All outdated cabling shall be removed from the building by the contractor as defined in the Performance Work Statement (PWS) and disposed of. Additional work shall include but is not limited to install faceplates, patch panel(s), cable management, terminations, labeling, and any other work as identified in the PWS. The faceplates and jacks shall be Optical Cable Corporation brand name. The contractor shall not be responsible for moving furniture.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 Regulation (FAR) 2023-04 effective 02 June 2023, Defense Federal Acquisition Regulation Supplement (DFARS) effective 04 April 2023 and Air Force Federal Acquisition Regulation Supplement (AFFARS) effective 08 May 2023.DESCRIPTION OF SERVICE:The contractor shall provide all management, tools, supplies, equipment, and labor necessary to perform cable replacement services in building 333 at Francis E. Warren Air Force Base, Wyoming. CLIN STRUCTURE:CLIN 0001 : Premise Wiring Upgrade Building 333Quantity: 1 Unit of Issue: JobUnit Price: $_____________ Extended Price (Quantity X Unit Price): $________________All CLINs F.O.B. Destination.LIST OF ATTACHMENTS:Attachment 1a – Provisions and ClausesAttachment 1b – Supplemental ClausesAttachment 2 – Performance Work Statement (06 June 2023)Attachment 3 – 90th Telecommunications Installation Criteria HandbookAttachment 4 – Wage DeterminationAttachment 5 – B333 Floor Plan with ScaleAttachment 6 – Site Visit AgendaAttachment 7 – FEW DVES Virtual Pass ProceduresAttachment 8 – Offeror Quote Supplement FormAttachment 9 – Questions and AnswersAttachment 10 – Brand Name JustificationPERIOD OF PERFORMANCE: Performance shall be completed 130 calendar days or less after award date. PLACE OF PERFORMANCE: Francis E. Warren AFB, WY 82005OTHER INFORMATION:Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award.SITE VISIT:A site survey will take place on Thursday, April 06, 2023 and will begin at 0900 (Mountain Daylight Time). Interested parties need to provide notice of interest by e-mail to seth.johnson.27@us.af.mil and trisha.lamarr@us.af.mil by Wednesday, April 05, 2023, by 0900 (Mountain Daylight Time).QUESTIONS:Questions shall be sent by e-mail to seth.johnson.27@us.af.mil and trisha.lamarr@us.af.mil by Monday, April 10, 2023; by 1100 (Mountain Daylight Time).QUOTES:Responses/quotes MUST be received no later than Thursday, June 08, 2023; by 1400 (Mountain Daylight Time). Forward responses by e-mail to seth.johnson.27@us.af.mil and trisha.lamarr@us.af.mil.INSTRUCTIONS TO OFFERORS:FAR 52.212-1 is hereby tailored as follows: 1. Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. 2. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.3. The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order.4. The Government will consider all quotes that are timely received and will not consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable. 5. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:(n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission: I. Cover page or a completed copy of Attachment 8 – Offeror Quote Supplement Form to include the offeror’s: A. Company Name and Company Doing Business As (if applicable) B. Physical Address C. Cage code and/or Unique Entity ID D. Point of Contact E. Phone number F. Email address G. Business Type II. Firm Fixed Pricing to include: A. Price Per CLIN B. Total Price C. Discount Terms (if applicable) D. Quote Number (if applicable) E. Quote Valid Until Date III. Period of Performance A. Provide period of performance in calendar days IV. Material List A. Material List must be a separate document that include answers to the following: i. List of materials shall include category cable, patch panel, faceplate, jack, and bezel. No other material shall be evaluated. ii. List of materials shall include the following information: manufacturer, item number, item description, quantity, unit of measure. iii. The material shall meet the brand name IAW Attachment 9 – Brand Name Justification. V. Past Experience A. Past Experience shall include the completion of at least one (1) like kind project B. The offeror shall include the following: i. Project Name ii. Vendor point of contact to include name, phone number, and email address iii. Description of the “like-kind” project which shall include cable removal, wiring category 6 cable from patch panels to communication jacks, installing faceplates, patch panel(s), cable management, and terminations of category 6 cable. EVALUATION:ADDENDUM TO FAR 52-212-2 EVALUATION—COMMERCIAL ITEMS (Nov 2021)Paragraph (a) is hereby replaced with the following:(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the offeror with the lowest price technically acceptable (LPTA). The following factor(s) shall be used to evaluate offers: I. Price • The lowest priced quote will be evaluated for technical acceptability first. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so. • Price will be evaluated using the total evaluated price (TEP) on the bottom-line price for the entire effort, inclusive of all options. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable. • No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. II. Period of Performance Details • The Government shall evaluate the performance requirements submitted IAW FAR 52.212-1 5.III.A. and will receive an overall rating of “Acceptable” or “Unacceptable.” If period of performance is not provided the offeror will receive a rating of “Unacceptable.” III. Material Technical Specifications • The Government shall evaluate the list of materials submitted IAW FAR 52.212-1 5.IV . Material will receive a rating of “Acceptable” if they meet the requirements identified in the PWS and references or will receive a rating of “Unacceptable.” If there is no list of materials the offeror will receive a rating of “Unacceptable.” IV. Past Experience • The Government shall evaluate past experience IAW FAR 52.212-1 5.V. and will assign a technical rating of “Acceptable” if the government determines that the past experience qualifies as a like-kind project or “Unacceptable” if the government determines the past experience does not qualify as a like-kind project. If there is no past experience the offeror will receive a rating of “Unacceptable.”

FE Warren AFB ,
 WY  82005  USALocation

Place Of Performance : N/A

Country : United StatesState : WyomingCity : Cheyenne

Classification

naicsCode 238210Electrical Contractors and Other Wiring Installation Contractors
pscCode N061Installation of Equipment: Electric Wire, and Power and Distribution Equipment