Master BPA for Fiber Optic Supplies

Agency: DEPT OF DEFENSE
State: Mississippi
Type of Government: Federal
Category:
  • 60 - Fiber Optics Materials and Components, Assemblies and Access.
Posted: Apr 16, 2024
Due: Apr 23, 2024
Solicitation No: W912HZ24Q0012
Publication URL: To access bid details, please log in.
Follow
Master BPA for Fiber Optic Supplies
Active
Contract Opportunity
Notice ID
W912HZ24Q0012
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
OTHER DIVISION
Office
W2R2 USA ENGR R AND D CTR
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Apr 16, 2024 08:42 am CDT
  • Original Published Date: Apr 08, 2024 08:54 am CDT
  • Updated Date Offers Due: Apr 23, 2024 01:00 pm CDT
  • Original Date Offers Due: Apr 23, 2024 01:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 08, 2024
  • Original Inactive Date: May 08, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 6015 - FIBER OPTIC CABLES
  • NAICS Code:
    • 335921 - Fiber Optic Cable Manufacturing
  • Place of Performance:
    Vicksburg , MS 39180
    USA
Description View Changes

16 APR 2024: A revised DOR, a revised DOR for the first BPA Call, and a Question and Answers document has been uploaded.





This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice for Fiber Optic Supplies. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.





The US Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) Geotechnical and Structures Laboratory (GSL) in Vicksburg, MS intends to award multiple, up to five, Master Blanket Purchase Agreements (BPA) for fiber optic supplies. A BPA is a simplified method of filing anticipated repetitive needs for supplies or services by establishing “charge accounts” with qualified sources of supply. Pursuant to Federal Acquisition Regulation (FAR) 13.303, Blanket Purchase Agreements (BPAs), the Contractor agrees to the identified terms and conditions for a BPA to provide the required fiber optic supplies.





The Government anticipates this solicitation will result in multiple awards, up to five. Ordering shall be for a period of five (5) years or a total combined $2,452,706.48 in capacity is utilized unless earlier termination. The contractor shall furnish all items necessary to produce the fiber optic supplies as defined in the attached Description of Requirements (DOR).





The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. This procurement is being competed as 100% Service Disabled Veteran-Owned Small Business (SDVOSB). The North American Industry Classification System Code for this procurement is 335921, Fiber Optic Cale Manufacturing, with a size standard 1,000 employees. The citation for the SBA class waiver is “NAICS 335921, Overhead Fiber Optic Ground wire & Ancillary Hardware Components Manufacturing, 68 Fed. Reg. 35285 (June 13, 2003). This procurement is being conducted in accordance with regulations at FAR Part 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures, and FAR 13.303, Blanket Purchase Agreements.







The Master BPA does not obligate any funds. The government shall be obligated only to the extent of authorized orders actually utilized via a properly executed BPA Call. The Government estimates, but does not guarantee, that the total volume of purchases through this agreement will be $2,452,706.48 over a 5-year period. Individual purchases shall not exceed $250,000.00. There shall be no guaranteed minimum or maximum order limits established and no guaranteed dollar amount of expenditures with the vendor. Actual purchases will be made via properly executed BPA Calls. All BPA Calls will be initiated at the time the fiber optic supplies are needed by a warranted Contracting Officer, a warranted Micro-purchase Contracting Officer, or a BPA Ordering Authorized Individual.





The First BPA Call is also attached to this solicitation.





Offerors shall provide the following:




  • Technical documentation to show that they can provide the items listed in the DOR.

  • A non-binding price list for the items listed in the DOR. Please note that all future BPA Calls will be competed amongst the pool established. The Government understands that prices may change.

  • A quote for the First BPA Call. Quote shall include all labor, materials and shipping FOB destination.





In accordance with FAR 52.212-2 - Evaluation -- Commercial Items, the Government will award up to five agreements resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers:





1) Technical – Providing items that at least meet the minimum specifications as defined in the DOR. Technical documentation is required to show the type of equipment proposed in the contractors offer.





2) Price – Price will be evaluated to determine the award of the first BPA call based on the DOR for the first BPA call. This will also determine the five lowest quotes. A master BPA will be issued to the five lowest quotes provided.





Basis of Award: Award(s) will be made to the five offerors that are technically acceptable and provide the lowest quote for the First BPA Call. Failure to submit sufficient information for the Government to determine technical capability and quoted price may be cause for rejection of your quote.





The Government intends to evaluate offers and award up to five agreements without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.





Pursuant to FAR 52.204-7(b), System for Award Management, offerors must be registered in the System for Award Management (SAM) at the time an offer or quotation is submitted and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. If an offeror is not registered in SAM at the time of the offer, its offer will not be considered for award. You may register electronically at http://www.sam.gov.





Before a complete evaluation of your quote can be made the Offeror must provide "Offeror Representations and Certifications" for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration must print, complete, and include FAR Clause 52.212-3 Alt I, Offeror Representations and Certifications - with their quote package.





It will be the offeror’s responsibility to frequently check the www.Sam.gov website where the synopsis/solicitation is to be posted for any amendments/changes to the RFQ and closing date. Any offers submitted after the response date and time will be considered late and will not be evaluated.





The following FAR clauses and provisions may apply to this acquisition:



52.203-3 Gratuities



52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions



52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper



52.204-7 System for Award Management



52.204-13 System for Award Management Maintenance



52.204-16 Commercial and Government Entity Code Reporting



52.204-18 Commercial and Government Entity Code Maintenance



52.211-6 Brand Name or Equal



52.211-17 Delivery of Excess Quantities



52.212-1 Instructions to Offerors-Commercial Items



52.212-3 Offerors Representations and Certifications- Commercial Products and Commercial Services, ALT I (DEVIATION)



52.212-4 Contract Terms and Conditions - Commercial Items



52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Products and Commercial Services (DEVIATION)



52.219-1 Small Business Program representations (DEVIATION)



52.222-20 - Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000



52.223-10 Waste Reduction Program



52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation



52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications.



52.232-8 Discounts For Prompt Payment



52.232-39 Unenforceability of Unauthorized Obligations



52.246-2 Inspection Of Supplies--Fixed Price



52.247-34 F.O.B. Destination



52.252-2 Clauses Incorporated by Reference





Additionally, the following clauses/provisions located within FAR 52.212- 5 may apply to this acquisition:



52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements



52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities



52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment



52.204-27 Prohibition on a ByteDance Covered Application



52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment



52.209-10 Prohibition on Contracting with Inverted Domestic Corporations



52.219-6 Notice of Total Small Business Set-Aside



52.219-8 Utilization of Small Business Concerns (DEVIATION), (CD 2024-O0002)



52.219-14 Limitations on Subcontracting



52.219-27 Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (DEVIATION)



52.219-28 Post Award Small Business Program Representation



52.219-33 Nonmanufacturer Rule



52.222-3 Convict Labor



52.222-19 Child Labor Cooperation with Authorities and Remedies



52.222-21 Prohibition of Segregated Facilities



52-222-26 Equal Opportunity



52.222-35 Equal Opportunity for Veterans



52.222-36 Equal Opportunity for Workers with Disabilities



52.222-50 Combating Trafficking in Persons



52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving



52.232-33 Payment by Electronic Funds Transfer – System for Award Management



52.232-40 Providing Accelerated Payments to Small Business Subcontractors



52.233- 3 Protest After Award



52.233-4 Applicable Law for Breach of Contract Claim









The full text of these FAR clauses can be accessed electronically at website:



https://www.acquisition.gov/browse/index/far





The following DFARS Clauses and Provisions may be applicable to this acquisition:



252.203-7000 Requirement Relating to Compensation of Former DoD officials



252.203-7002 Requirement to Inform Employees of Whistleblower Rights



252.203-7005 Representation Relating to Compensation of Former DoD officials



252.211-7003 Item Unique Identification and Valuation



trol Of Government Personnel Work Product



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support



252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation



252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports



252.232-7010 Levies on Contract Payments



252.243-7001 Pricing Of Contract Modifications





The full text of these DFARS clauses can be accessed electronically at website:



https://www.acquisition.gov/dfars





Responses should be submitted via email to Allison Hudson at Allison.B.Hudson@usace.army.mil and Jon-Vincent Holden at Jon-Vincent.S.Holden@usace.army.mil no later than 1:00pm Central Time (CT) on Friday, 23 April 2024.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • ERDC CONTRACTING OFC 3909 HALLS FERRY ROAD
  • VICKSBURG , MS 39180-6199
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Apr 4, 2024[Award Notice (Original)] Song Meter Mini 2AA
Apr 8, 2024[Combined Synopsis/Solicitation (Original)] Master BPA for Fiber Optic Supplies
Apr 19, 2024[Combined Synopsis/Solicitation (Updated)] Master BPA for Fiber Optic Supplies
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

Follow M/V Jadwin Straight Universal Couplings and Pipeline Quick Connects Active Contract Opportunity

Federal Agency

Bid Due: 11/13/2024

Follow USPSC Unit Lead for Civil-Military Disaster Operations Division (CMD) Active Contract Opportunity

Federal Agency

Bid Due: 11/11/2024

Procurement Details Smart Number 10780-20240326090531 NJDWA Const Advertised Date 03/27/2024 12:00 AM RFx

State Government of Mississippi

Bid Due: 5/02/2024

Follow Lease of Office Space within Region 4. Request for Lease Proposals (RLP)

GENERAL SERVICES ADMINISTRATION

Bid Due: 5/07/2024

* 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.