Fiber Optic Installation - Multiple Buildings

Agency:
State: Wyoming
Type of Government: Federal
Category:
  • N - Installation of Equipment
Posted: Feb 26, 2024
Due: Apr 2, 2024
Publication URL: To access bid details, please log in.
Follow
Fiber Optic Installation - Multiple Buildings
Active
Contract Opportunity
Notice ID
FA461324Q1008
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE GLOBAL STRIKE COMMAND
Office
FA4613 90 CONS PK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Feb 26, 2024 11:45 am MST
  • Original Date Offers Due: Apr 02, 2024 09:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: N059 - INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description

Combined Synopsis/Solicitation

Solicitation Number: FA461324Q1008

Purchase Description: Fiber Optic – Multiple Buildings

Type of Set-Aside: SDVOSB only

Restrictions: No foreign participation authorized



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 Service Disabled Veteran Owned Small Business (SDVOSB) Set Aside.



The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461324Q1008, 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 Contractors, with a small business standard of $19M.



The Government intends to award a Firm Fixed-Price, Indefinite Delivery, Indefinite Quantity, Commercial contract with an initial Task Order for the minimum quantity. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) 2024-02 effective 22 January 2024, Defense Federal Acquisition Regulation Supplement (DFARS) Change 01/22/2024 effective 22 January 2024, and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) DAFAC 2023-0707 effective 07 July 2023.



DESCRIPTION OF SERVICE:

The contractor shall engineer, furnish, install, and test (EFI&T) armored single mode fiber optic cable (FOC) to upgrade and enhance the fiber optic cable connectivity for the following routes at F. E. Warren AFB:

- Information Transfer Building (ITB) 333/232 to Weapons Generation Facility (WGF)

- WGF to ITB 232 (Primary)

- ITB 333 to building 305

- ITB 1501 to ITB 65

- ITB 34 to ITB 1501,

- ITB 1501 to Helo-Ops

- ITB 34 to building 217

- ITB 1284 to building 356

- ITB 65 to building 916

- ITB 232 to building 324



The attached Contract Line Item Number (CLIN) structure lists all elements of work for these services, with estimated quantities and matching sheets for outyear pricing. All work performed under this contract shall be incorporated into the attached CLIN structure. All CLINs F.O.B. Destination.



LIST OF ATTACHMENTS:

Attachment 1 – Contract Line Item Number structure

Attachment 2 – Performance Work Statement

Attachment 2a – TIC Handbook

Attachment 2b – Installation Pictures

Attachment 2c – Armored Single Mode Fiber Details

Attachment 2d – AF T.O. 31W3-10-22 (Available to awardee only – post award)

Attachment 2e – Task Order Proposal Instructions

Attachment 2f – Task Order Proposal Pre-Priced CLIN sheet

Attachment 3 – Provisions and Clauses

Attachment 4 – Wage Determination

Attachment 5 – Site Visit Agenda

Attachment 6 – Offeror Response Form



PERIOD OF PERFORMANCE:

• Period of performance is 1095 calendar days after date of contract.

• Once the contract is awarded, an initial task order will be awarded for the first fiber run and additional task orders will be awarded at the Government’s discretion.

• Any contractor concerns with the details of this requirement shall be submitted, prior to the quote due date, by e-mail to robert.williams.187@us.af.mil and trisha.lamarr@us.af.mil and shall include a detailed explanation of the concern and a proposed solution.



PLACE OF PERFORMANCE: Francis E. Warren AFB, WY 82005



OTHER 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 visit will take place on Wednesday 13 March 2024 and will begin at 0900 Mountain Standard Time (MST). Interested parties need to provide notice of interest by e-mail to robert.williams.187@us.af.mil and trisha.lamarr@us.af.mil by Wednesday 6 March 2024, by 0900 MST. Please refer to Attachment 5 – Site Visit Agenda for additional instructions.



QUESTIONS:

Questions shall be received no later than 18 March 2024 at 0900 MST. Forward responses by e-mail to robert.williams.187@us.af.mil and trisha.lamarr@us.af.mil.



QUOTES:

Responses/quotes MUST be received no later than 2 April 2024 at 0900 MST. Forward responses by e-mail to robert.williams.187@us.af.mil and trisha.lamarr@us.af.mil.



INSTRUCTIONS TO OFFERORS:

Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer.



Offerors shall comply with FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023)



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:

5.1. 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:

5.1.1. Cover page or a completed copy of Attachment 6 – Offeror Response Form to include the offeror’s:

5.1.1.1. Company Name and Company Doing Business As (if applicable)

5.1.1.2. Physical Address

5.1.1.3. Cage code and/or Unique Entity ID

5.1.1.4. Point of Contact

5.1.1.5. Phone number

5.1.1.6. Email address

5.1.1.7. Business Type

5.1.1.8. Statement that you company fully understands this solicitation and will meet all the requirements specified in the Performance Work Statement.

5.1.1.9. Offer must be no more than five (5) pages (excluding required submissions) and may only include the vendor’s name and any identifier on the first page or the cover page of the offer.



5.1.2. PRICE

5.1.2.1. Firm Fixed Pricing to include:

5.1.2.1.1. Completed Contract Line Item Number (CLIN) structure, to include all outyear pricing sheets, with a price per unit and total price (based on estimated quantities) for each CLIN.

5.1.2.1.2. Total Overall Price (for each 365 day period)

5.1.2.1.3. Completed Task Order Proposal Pre-Priced CLIN sheet for the initial Task Order proposed quantities using proposed price per unit (for first 365 day period) & the total Overall Price for the initial Task Order (initial Task Order Proposal Request details will only be provided to vendors upon email request to robert.williams.187@us.af.mil and/or trisha.lamarr@us.af.mil )

5.1.2.1.4. Total Price for all periods, except 6-month extension, and excluding initial Task Order.

5.1.2.1.5. Discount Terms (if applicable)

5.1.2.1.6. Quote Number (if applicable)

5.1.2.1.7. Quote Valid Until Date



5.1.3. TECHNICAL

5.1.3.1. Technical Criteria must include:

5.1.3.1.1. Acknowledgement that all performance under this contract shall meet the salient physical, functional, and performance characteristics specified in the PWS and all attachments.

5.1.3.1.2. Proof of standard commercial warranty coverage on all services rendered under this contract.

5.1.3.2. Past Experience:

5.1.3.2.1. Offer must provide at least three (3) contracts/projects within the last four (4) years that show the capability to install fiber optic cable runs equivalent to the initial task order requirement by providing the following:

5.1.3.2.1.1. Contract Number

5.1.3.2.1.2. Place and Period of Performance

5.1.3.2.1.3. Description of services

5.1.3.2.1.4. Contract/customer POC: name, phone number, and email

**NOTE: Government/non-Government contracts within the previous four years are accepted that show offeror served as either primary contractor or subcontractor responsible for contract performance.**



EVALUATION:

ADDENDUM TO FAR 52-212-2 EVALUATION—COMMERCIAL ITEMS (Nov 2021)

Paragraph (a) is hereby replaced with the following:



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 representing the best value with price and other factors considered. Government has determined that best value is expected to result from selection of the technically acceptable offer with the lowest Total Evaluated Price (TEP); therefore, Government will evaluate offers based on lowest price technically acceptable (LPTA). Award will be made on the basis of the lowest TEP of offerors meeting or exceeding the acceptability standards for non-price factors. Quotes that do not include all requested information in FAR 52.212-1 in 5.1.1 will be considered nonresponsive. The following factor(s) shall be used to evaluate offers:

1. Price:

1.1. Government will rank offers received by lowest TEP and will then determine Technical Acceptability. If the Government receives three (3) offers or fewer, 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 offers to evaluate for Technical Acceptability. If any of the three lowest priced offers are deemed Technically Unacceptable, the Government reserves the right to evaluate additional offers for technical acceptability if it is determined to be in the Government’s best interest.

1.2. Price will be evaluated using the TEP, which is defined as the combined total of the base period, two additional one-year periods, and a 6-month extension period (equal to half of the final year). 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. To be eligible for award an offeror’s TEP must be determined fair and reasonable.

1.3. Unbalanced pricing. Offerors are cautioned against submitting an offer that contains unbalanced pricing. Unbalanced pricing may increase performance risk and could result in payment of unreasonably high prices. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one (1) or more contract line items is significantly over or understated. The Government shall analyze offers to determine whether they are unbalanced with respect to separately priced line items or sub-line items. An offer that is determined to be unbalanced may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government.

1.4. FAR 52.217-8, Option to Extend Services, has been included. In order to evaluate the price for this extension, the Government will use one half of the total price of the third year.

1.5. Pricing must meet the requirements/specifications IAW Instructions to Offerors, FAR 52.212-1 as tailored in paragraph 5.1.2. 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.



2. Non-price Factor/Technical Evaluation:

2.1. Technical Criteria:

2.1.1. The Government shall evaluate technical criteria provided IAW Instructions to Offerors, FAR 52.212-1 as tailored in paragraph 5.1.3.1. Technical criteria will receive a rating of acceptable or unacceptable. If all required technical criteria is not provided, offer will be considered nonresponsive to this solicitation and will not be eligible for award.

2.2. Past Experience:

2.2.1. The Government shall evaluate past experience provided IAW Instructions to Offerors, FAR 52.212-1 as tailored in paragraph 5.1.3.2. Past experience will receive a rating of acceptable or unacceptable. If all required past experience is not provided, offer will be considered nonresponsive to this solicitation and will not be eligible for award.



(End of Provision)


Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 307 773 3888 7505 BARNES LOOP BLDG 208
  • FE WARREN AFB , WY 82005-2860
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 26, 2024 11:45 am MSTCombined Synopsis/Solicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Steven Stolte Engineering Services for City of Casper Regional Solid Waste Facility Storm

City of Casper

Bid Due: 5/07/2024

Follow Sinks Canyon Camp Ground Asphalt Resurfacing Active Contract Opportunity Notice ID 1240LT21R0026

AGRICULTURE, DEPARTMENT OF

Bid Due: 5/13/2024

Follow Kendall Gravel Pit Development Active Contract Opportunity Notice ID 1240LT24R0036 Related Notice

AGRICULTURE, DEPARTMENT OF

Bid Due: 5/28/2024

Public Works Improvements OPEN 0 4/8/2024 5/3/2024

City of Cheyenne

Bid Due: 5/03/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.