Amendment to Combined Synopsis/Solicitation – Distributive Antenna System (DAS)
Notice Type: Amendment to Combined Synopsis/Solicitation
Posted Date:
Office Address:
Subject: Distributive Antenna System (DAS)
Classification Code: 58 - Communication, detection, & coherent radiation equipment
Solicitation Number: FA8601-16-R-0055
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): Wright Patterson AFB Medical Treatment Facility
Place of Performance (zipcode): 45433
Place of Performance Country: US
Description:
Air Force Materiel Command
AFLCMC/PZIO - WPAFB
This solicitation, which is expected to result in the award of a firm-fixed-price contract for a Government owned, government operated, vendor neutral, in-house, Distributive Antenna System (DAS) as the basis of its cellular infrastructure, as described under the requirements section of this solicitation or accompanying requirements attachment. An award, if any, will be made to the responsible Offeror who submits a proposal that: 1. Conforms to the requirements of the solicitation. 2. That receives a rating of "Acceptable" on the Technical Capability evaluation factor. 3. That submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. The TEP consists of these Contract Line Items (CLIN), which should be structure as follows. Please ensure your proposal follows this
Submittal of quotes in response to this solicitation constitutes agreement by the Offeror of all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the
The solicitation number for this requirement is FA8601-16-R-0055 and is hereby issued as a combined synopsis/solicitation using FAR 12, Acquisition of Commercial Items and FAR Subpart 13, Simplified Acquisition Procedures.
NAICS Code: 334220:
Business Size Standard: 1250 Employees
Acceptable means of Submission: All submissions must be submitted electronically to the following email address [email protected] by
Any correspondence sent via e-mail must contain the subject line "FA8601-16-R-0055, Distributive Antenna System (DAS)". The entire proposal must be contained in a single e-mail, unless otherwise approved and that does not exceed 5 megabytes including attachments. E-mails with compressed files will not be accepted. Note that e-mail filters at
This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) Fac 2005-89, effective
To obtain access to the installation vendors will need to acquire a visitor's pass. To obtain a visitor's pass please email the following information no later than
The vendor will be required to pick-up their visitor's pass at the visitor's center located in Area A, Bldg 286 and give
Delivery Schedule: Full operational capacity 180 Days After Date of Contract
Delivery Type: FOB Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.)
Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination.
Requirements: Wright Patterson Medical Facility requires a contractor to design, provide delivery, installation, testing and operational warranty for a turn-key, multi-vendor capable, in-house, Distributive Antenna System (DAS) as the basis of the facility's future cellular and Land Mobile Radio (LMR) infrastructure. As-built facility construction drawings, configurations, alterations, detailed specifications for existing base station (Sprint) and repeaters (
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. Technical Capability and Price will be used to evaluate all offers.
The anticipated award is Firm-Fixed Price-Best Value
The quotations may be in any format but MUST include: 1. Proposing company's name, address, DUNS number, Cage Code, and TIN 2. Point of contact's name, phone, and email 3. Quotation number & date 4. Timeframe that the quote is valid 5. Individual item price 6. Total price including shipping (Net 30), No Progress Payments 7. Shipping (FOB Destination) 8. Delivery Schedule 9. Completed copy of FAR 52.212-3 Alternate I - Attachment2 10. Completed copy of FAR 52.222-22 - Attachment 4 11. Completed copy of FAR 52.222-25 - Attachment 4 12. Completed copy of DFARS 252.209-7991 - Attachment 3
Important Notice to Contractors: Quotations MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this solicitation.
Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under
The following provisions are incorporated into this solicitation by reference:
FAR 52.204-7, System for Award Management FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.212-1, Instructions to Offerors FAR 52.233-2, Service of Protest DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safegaurding Covered Defense Information Controls (DEVIATION 2016-O0001) DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistic DFARS 252.215-7007, Notice of Intent to Resolicit DFARS 252.215-7008, Only One Offer DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons
The following provisions are incorporated into this solicitation by full text:
FAR 52.212-3, Alt 1, Representations and Certifications (Attached) FAR 52.222-22, Previous Contracts and Compliance Reports (Attached) FAR 52.222-25, Affirmative Action Compliance (Attached) DFARS 252.209-7991, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations. (Attached)
FAR 52.252-1,
FAR 52.252-5, AUTHORIZED DEVIATIONS IN PROVISIONS (a) The use in this solicitation of any Federal Acquisition Regulation (48
DFARS 252.203-7996, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2016-O0003) (
(a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in section 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds appropriated (or otherwise made available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.
(c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(End of provision)
The following clauses are incorporated into this solicitation by reference: FAR 52.203-3, Gratuities FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-13, System of Award Management Maintenance FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.212-4, Contract Terms and Conditions FAR 52.228-5, Insurance -- Work on a Government Installation FAR 52.229-3, Federal, State, and Local Taxes FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.242-13, Bankruptcy DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights DFARS 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2016-O0003) (
The following clauses are incorporated into this solicitation by full text:
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
(2) 52.233-3, Protest After Award (
(3) 52.233-4, Applicable Law for Breach of Contract Claim (
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)
X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (
____ (2) 52.203-13,
____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (
X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (
___ (5) [Reserved]
___ (6) 52.204-14, Service Contract Reporting Requirements (
___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (
X (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (
____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (
____ (10) [Reserved]
____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (
____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (
____ (13) [Reserved]
X (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (
X (ii) Alternate I (NOV 2011).
____ (iii) Alternate II (NOV 2011).
____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (
____ (ii) Alternate I (
____ (iii) Alternate II (
X (16) 52.219-8, Utilization of Small Business Concerns (
____ (17)(i) 52.219-9, Small Business Subcontracting Plan (
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (iv) Alternate III (
____ (18) 52.219-13, Notice of Set-Aside of Orders (
____ (19) 52.219-14, Limitations on Subcontracting (
____ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (
____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (
X (22) 52.219-28, Post Award Small Business Program Rerepresentation (
____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (
X (25) 52.222-3, Convict Labor (
X(26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (
X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
X (28) 52.222-26, Equal Opportunity (
X (29) 52.222-35, Equal Opportunity for Veterans (
X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (
X (31) 52.222-37, Employment Reports on Veterans (
____ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
X (33)(i) 52.222-50, Combating Trafficking in Persons (
____ (ii) Alternate I (
____ (34) 52.222-54, Employment Eligibility Verification (
____ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (
____ (ii) Alternate I (
____ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (June, 2016) (E.O. 13693).
____ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (June, 2016) (E.O. 13693).
____ (38) (i) 52.223-13, Acquisition of EPEAT(R) Registered Imaging Equipment (
____ (ii) Alternate I (
____ (39)(i) 52.223-14, Acquisition of EPEAT(R) Registered Televisions (
____ (ii) Alternate I (
____ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (
____ (41)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (
____ (ii) Alternate I (
X (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (
____ (43) 52.223-20, Aerosols (June, 2016) (E.O. 13693).
____ (44) 52.223-21, Foams (June, 2016) (E.O. 13693).
____ (45) 52.225-1, Buy American'upplies (
____(46) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (iv) Alternate III (
____ (47) 52.225-5, Trade Agreements (
X (48) 52.225-13, Restrictions on Certain Foreign Purchases (
____ (49) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
____ (50) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (
____ (51) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (
____ (52) 52.232-29, Terms for Financing of Purchases of Commercial Items (
____ (53) 52.232-30, Installment Payments for Commercial Items (
X (54) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (
____ (55) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (
____ (56) 52.232-36, Payment by Third Party (
____ (57) 52.239-1, Privacy or Security Safeguards (
____ (58)(i) 52.247-64, Preference for Privately Owned
____ (ii) Alternate I (
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)
_____(1) 52.222-17,
_____ (2) 52.222-41, Service Contract Labor Standards (
_____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (
_____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (
_____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (
_____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (
_____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (
_____(8) 52.222-55, Minimum Wages Under Executive Order 13658 (
_____ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (
_____ (10) 52.237-11, Accepting and Dispensing of
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation.
(1) The Comptroller General of
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13,
(ii) 52.219-8, Utilization of Small Business Concerns (
(iii) 52.222-17,
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(v) 52.222-26, Equal Opportunity (
(vi) 52.222-35, Equal Opportunity for Veterans (
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (
_____ (B) Alternate I (
(xv)52.222-55, Minimum Wages Under Executive Order 13658 (
(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of clause)
FAR 52.252-2,
(End of Clause)
FAR 52.252-6, Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48
The following AFFARS clauses are incorporated into this solicitation by full text: AFFARS 5352.201-9101- Ombudsman
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the
Invoice only
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Inspection: Government, Acceptance: Government, FOB Destination (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* --------------------------------------------------------------------------------------------
Acceptor:
Attachments: 1. Specifications/Statement of Work 2. FAR 52.212-3 Alternate I 3. DFARS 252.209-7991 4. FAR 52.222-22 and FAR 52.222-25
Please direct all questions to
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. The associated North Amercian Industrial Classification System (NAICS) code is 334220 with a small business size standard of 1250 employees. This acquisition is set-aside 100% for Small Business Concerns and only qualified offerors may submit proposals. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Link/URL: https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-16-R-0055/listing.html
Auto Insurance Quotes Help You Renew A Policy At Better Rates!
Justification and Approval – Asuncion Health Insurance – Contract Extension
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News