Amendment to Combined Synopsis/Solicitation – Fiber Optic Cable Installation with Extended Warranty
Federal Information & News Dispatch, Inc. |
Notice Type: Amendment to Combined Synopsis/Solicitation
Posted Date:
Office Address:
Subject: Fiber Optic Cable Installation with Extended Warranty
Classification Code: D - Information technology services, including telecommunications services
Solicitation Number: F2MTFD4206AC01
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address):
Place of Performance (zipcode): 29404
Place of Performance Country: US
Description:
Air Mobility Command
628th CONS
Amendment One - Site Visit Questions and Answers and Revised Statement of Work, with additional drawings added to this combined synopsis/solicitation. The closing date will not be extended at this time. COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued.
(ii) This solicitation/synopsis reference number is F2MTFD4206AC01 and is being issued as a Request for Quote (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, Dated
(iv) This acquisition is 100% set-aside for small business. The associated NAICS code is 517110 with a 1,500 employee size standard.
(v) Contractors shall submit a lump sum quote to Provide Fiber Optic installation/connection between
(vi) F2MTFD4206AC01, Provide Fiber Optic installation/connection between
(vii) Performance must begin within 10 calendar days of award and be completed within 180 calendar days of award.
(viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil )
FAR 52.212-1, Instructions to Offerors - Commercial. Offerors shall submit their proposal utilizing the attached RFQ quote sheet along with technical description, for evaluation purposes, of how the contractor proposes to splice into existing fiber optic cables and connect to AFMOA and
(ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Price - The Government will evaluate the total price of the offer for award purposes. 2. Technical capability of the item offered to meet the Government requirement. 3. Past Performance. Technical and performance factors, when combined, are significantly more important than price. Technical capability will be evaluated on a pass/fail basis. If the lowest priced evaluated responsible offer is judged to have a Substantial Confidence Performance Assessment Rating, and is found to be technically acceptable, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of "recent" and "relevant" projects that have occurred. "Recent" is defined as; projects within the past three years. "Relevant" is defined as; Performance effort involved essentially the same magnitude of effort and complexity this RFQ requires.
(x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at https://www.sam.gov/portal/SAM/#1
(xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition.
(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition.
* FAR 52.211-17, Delivery of Excess Quantities * FAR 52.202-1, Definitions * FAR 52.202-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper * FAR 52.204-7, System for Award Management * FAR 52.204-13, System for Award Management Maintenance * FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment * FAR 52.216-1, Type of Contract * FAR 52.217-8, Option to Extend Services. The government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the contractor within 15 DAYS. * FAR 52.217-9, Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the contractor within 15 DAYS; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 DAYS before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 MONTHS. * FAR 52.222-3, Convict Labor * FAR 52.222-21, Prohibition of Segregated Facilities * FAR 52.222-22, Previous Contracts and Compliance Reports * FAR 52.222-23, Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction * FAR 52.222-27, Affirmative Action Compliance Requirements for Construction * FAR 52.222-37, Employment Reports On Veterans.
(xiii) The following additional clauses are applicable to this procurement. * FAR 52.219-6, Notice of Total Small Business Set-Aside * FAR 52.222-42, Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination. Employee Class Monetary Wage-Fringe Benefits 23125 Cable Splicer WG-10
* FAR 52.223-6, Drug Free Workplace * FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving * FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products * FAR 52.225-18, Please of Manufacture * FAR 52.228-5 Insurance-Work on a Government Installation * FAR 52.232-8, Discounts for Prompt Payment * FAR 52.232-9, Limitation on Withholding of Payments * FAR 52.232-11, Extras * FAR 52.233-4, Applicable Law for Breach of Contract Claim * FAR 52.236-2, Differing Site Conditions * FAR 52.236-5 Material and Workmanship * FAR 52.236-6 Superintendence by the Contractor * FAR 52.236-7, Permits and Responsibilities * FAR 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements * FAR 52.236-12, Clean Up * FAR 52.237-1, Site Visit * FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation * FAR52.242-15, Stop-Work Order * FAR 52.252-1,
(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate to obtain a vehicle pass.
(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable.
(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
(xiv) N/A
(xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by
(xvi) Address questions to
For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
Link/URL: https://www.fbo.gov/spg/USAF/AMC/437CONS/F2MTFD4206AC01/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 2389 |
Combine Solicitation – Tinker AFB
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News