Search Contract Opportunities

B1020 rm 119 and 400 Fiber Cables   2

ID: F1S0AX4358A001 • Type: Solicitation

Description

COMBINED SYNOPSIS/SOLICITATION

F1S0AX4358A001

Background. The 412 EWG/EWB Squadron is soliciting a Small Business set-aside, Request for Quote or RFQ for the selection of qualified and capable small businesses to purchase B1020 rm 119 and 400 Fiber (See attached Statement of Requirements).

(i) This is a combined synopsis/solicitation for commercial items prepared IAW the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement; quotations are being requested and a written solicitation will not be issued.

(ii) The solicitation number is F1S0AX4358A001 and is issued as a Request for Quotation (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 effective 17 Jan 2025, DFARS Publication Notice (DPN) 20241218 effective 18 Dec 2024, and Air Force Acquisition Circular (DAFAC) 2024-1016, effective 16 Oct 2024.

(iv) This acquisition allows for a small business set-aside with an associated NAICS code of 335999 All Other Miscellaneous Electrical Equipment and Component Manufacturing small business size standard of 750 employees. The associated Supply Code is 6070-Fiber Optic Accessories and Supplies.

(v) The work consists of, but is not limited to, the purchase of B1020 rm 119 and 400 Fiber. (See Attached Statement of Requirements).

(vi) Description of items to be Acquired:

B1020 rm 119 and 400 Fiber (See Attached Statement of Requirements)

(vii) The Government Place of Performance is 412 EWG/EWB 30 Hoglan Ave, Bldg 1030. Edwards AFB, CA 93524. All supply requests shall be F.O.B. Destination-Edwards AFB, CA 93524.

(viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, acquisition.gov.

ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items

Offerors shall prepare their quotations IAW FAR 52.212-1, (Note: Offerors may submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received.) In addition the following information shall be included:

1. Offeror Name

2. Address

3. CAGE Code

4. Primary NAICS.

5. Business Size and Socioeconomic Program (if applicable) (i.e. SDVOSB, etc.)

6. Payment Terms (net 30) or Discount net 30

7. Point of Contact & Phone Number

8. Offeror Email address.

9. A spreadsheet the breaks down the price elements

10. Technical and Company Capability:

a. A technical and company capability narrative, not to exceed ten (10) pages, demonstrating firm's capabilities to provide the services and full extent of items as outlined within the SOR. The narrative shall provide the Government with a reasonable assurance that the firm has the relevant capability required to meet or exceed the requirement;

b. Brochures, lists and any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted.

(ix) FAR 52.212-2 Evaluation Commercial Items, is applicable to this RFQ.

ADDENDUM TO FAR 52.212-2 Evaluation Commercial Items

***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive***

The solicitation provides that quotations will be evaluated using Lowest Price Technically Acceptable (LTPA). The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for technical acceptability. This factor is the: (1) Ability to provide the fiber cables. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the lowest-priced quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government.

Evaluation Factors:

1. Price

2. Technical Acceptability

The Government will award a purchase order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ, and considered to be the LTPA.

(x) Offerors must include with their quote a completed copy of the provision at FAR 52.204-7 together with DFARS 252.204-7004 Alternate A, System for Award Management and FAR 52.212-3, Offeror Representations and Certifications Commercial Items with Alternate 1, with their quote, unless this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov.

(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Dec 2022), applies.

(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (May 2024) applies.

CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE

52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017)

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020)

52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)

52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)

52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Jan 2025)

52.212-4 Contract Terms and Conditions-Commercial Items (Nov 2023)

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive

Orders-Commercial Items (Jan 2025)

52.219-6 Notice of Total Small Business Set-Aside (Nov 2020)

52.219-28 Post Award Small Business Program Representation (Jan 2025)

52.222-3 Convict Labor (June 2003)

52.222-19 Child Labor Cooperation With Authorities and Remedies (Jan 2025)

52.222-21 Prohibition of Segregated Facilities (Apr 2015)

52.222-26 Equal Opportunity (Sep 2016)

52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020)

52.222-50 Combating Trafficking in Persons (Nov 2021)

52.222-50 Alt I Combatting Trafficking in Persons (Mar 2015)

52.225-3 Buy American Free Trade Agreements Israeli Trade Act (Nov 2023)

52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021)

52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)

52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023)

252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011 )

252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022)

252.203-7995 Prohibition on Contracting with Entities that Require Certain Internal Confidential Agreements (Deviation 2017-O0001) (Jan 2017)

252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (May 2024)

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023)

252.211-7003 Item Identification and Valuation (Jan 2023)

252.223-7008 Prohibition of Hexavalent Chromium (Jan 2023)

252.225-7000 Buy American Statute Balance of Payments Program Certificate (Feb 2024)

252.225-7001 Buy American and Balance of Payments Program (Feb 2024)

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)

252.232-7006 Wide Area Workflow Payment Instructions (Jan 2023)

252.232-7010 Levies on Contract Payments (Dec 2006)

252.244-7000 Subcontracts for Commercial Items (Nov 2023)

252.246-7008 Sources of Electronic Parts (Jan 2023)

5352.201-9101 Ombudsman (Jul 2023)

CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT

252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (Class Deviation 2017-O0001) (Nov 2016)

Include the following provision in all solicitations, including solicitations for the acquisition of commercial items under FAR part 12, that will use funds made available by the Continuing Appropriations Act, 2017 (Pub. L. 114-223) or any other Act that extends to fiscal year 2017 funds the same prohibitions as contained in section 743, division E, title VII, of the Consolidated Appropriations Act, 2016 (Pub. L. 114-113). Section 103 of the Continuing Appropriations Act, 2017 subjects the funding by that Act for FY 2017 to the same conditions set forth in section 743:

PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2017-O0001)(NOV 2016)

(a) In accordance with Continuing Appropriations Act, 2017 (Pub. L. 114-223), or any other Act that extends to fiscal year 2017 funds the same prohibitions as contained in section 743, division E, title VII, of the Consolidated Appropriations Act, 2016 (Pub. L. 114-113), 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)

(xiii) This acquisition requires no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. Commercial interim and/or advance payments will not be made.

(xiv) Defense Priorities and Allocation System (DPAS): N/A

(xv) QUOTES ARE DUE NO LATER THAN 1100 PST on 28 Jan 2025.
(xvi) Quotes shall be submitted electronically to denina.hudson@us.af.mil and karla_lizette.vazquez_montes@us.af.mil.

The offeror agrees to hold the prices in its quote firm for a minimum of 30 calendar days from the date specified for receipt of quotes.

Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.

Any information provided is strictly voluntary. The government will not pay for information submitted in response to this synopsis/solicitation.

Attachment:

Attch 1. Statement of Requirements

Background
The 412 EWG/EWB Squadron is soliciting a Small Business set-aside Request for Quote (RFQ) for the selection of qualified and capable small businesses to purchase B1020 rm 119 and 400 Fiber. This acquisition aims to fulfill the agency's requirements for fiber optic accessories and supplies.

Work Details
The work consists of purchasing B1020 rm 119 and 400 Fiber, as detailed in the attached Statement of Requirements. The items to be acquired include:
1. FRM-2RU-6XTS-S - 6 panel (2U) Rack Mount Termination Box Enclosure LGX Chassis by Multilink - 4 ea
2. NP - No Adapter Panel - 24 ea
3. FRM-4R-12X-TS - 12 panel (4U) Rack Mount Termination Box Enclosure LGX Chassis by Multilink - 5 ea
4. NP - No Adapter Panel - 60 ea
5. PRO-XDP18CCOM4-LC-NP-20 - 18 Strand Indoor Plenum Rated Multimode 10/40/100 GIG OM4 50/125 Custom Pre-Terminated Fiber Optic Cable Assembly with Corning Glass by QuickTreX (LC to LC, No Pulling Eye, 20 Foot) - 8 ea
6. PRO-XDP18CCOM4-LC-NP-50 - 18 Strand Indoor Plenum Rated Multimode OM4 Cable Assembly by QuickTreX (LC to LC, No Pulling Eye, 50 Foot) - 8 ea
7. PRO-XDP18CCOM4-LC-NP-60 - Indoor Plenum Rated Multimode OM4 Cable Assembly by QuickTreX (LC to LC, No Pulling Eye, 60 Foot) - 4 ea
8. LS-SMTC-IO-12F-1X12-SMB-FF-30M - Stock Indoor/Outdoor MPO APC Female to MPO APC Female Singlemode Fiber Optic Trunk Cable by QuickTreX - 12 ea
9. QT-MTP-CLGX-OM4-12-LC MTP to LC Multimode OM4 Low Loss LGX Cassette by QuickTreX - 20 ea
10. LS-SMTC-IO-12F-1X12-SMB-FF-10M - Stock Indoor/Outdoor MPO APC Female to MPO APC Female Singlemode Fiber Optic Trunk Cable by QuickTreX - 4 ea
11. PRO-XDP18CCOM4-LC-NP-40 - Indoor Plenum Rated Multimode OM4 Cable Assembly by QuickTreX (LC to LC, No Pulling Eye, 40 Foot) - 8 ea
12. QT-MTP-CLGX-OM4-24-LC MTP to LC Multimode OM4 Low Loss LGX Cassette by QuickTreX - 22 ea
13. QT-MTP-CLGX-SM-12-LC MTP to LC Singlemode Low Loss LGX Cassette by QuickTreX - 4 ea

Place of Performance
The Government Place of Performance is located at Edwards AFB, CA, specifically at the address: 412 EWG/EWB, 30 Hoglan Ave, Bldg 1030, Edwards AFB, CA 93524.

Overview

Response Deadline
Jan. 28, 2025, 2:00 p.m. EST Past Due
Posted
Jan. 21, 2025, 5:09 p.m. EST
Set Aside
None
Place of Performance
Edwards, CA 93524 United States
Source
SAM

Current SBA Size Standard
600 Employees
Pricing
Likely Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Est. Value Range
$400 (value based on agency estimated range)
Signs of Shaping
The solicitation is open for 6 days, below average for the Air Force Test Center.
On 1/21/25 Air Force Test Center issued Solicitation F1S0AX4358A001 for B1020 rm 119 and 400 Fiber Cables due 1/28/25. The opportunity was issued full & open with NAICS 335999 and PSC 6070.
Primary Contact
Name
DENINA HUDSON   Profile
Phone
None

Secondary Contact

Name
Karla Vazquez   Profile
Phone
None

Documents

Posted documents for Solicitation F1S0AX4358A001

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation F1S0AX4358A001

Incumbent or Similar Awards

Contracts Similar to Solicitation F1S0AX4358A001

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation F1S0AX4358A001

Similar Active Opportunities

Open contract opportunities similar to Solicitation F1S0AX4358A001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE TEST CENTER > FA9302 AFTC PZIE
FPDS Organization Code
5700-FA9302
Source Organization Code
500020370
Last Updated
Feb. 12, 2025
Last Updated By
karla_lizette.vazquez_montes@us.af.mil
Archive Date
Feb. 12, 2025