Search Contract Opportunities

Fiber Optic Cable Installations   2

ID: FA671223Q0007 • Type: Synopsis Solicitation
HigherGov Subscribers Knew about This Opportunity Months Early

Find opportunities months or years earlier with HigherGov Forecasts

Free Trial Schedule Demo

Description

Posted: March 24, 2023, 8:47 a.m. EDT

03/24/2023 - Ammendment 5

1. Solicitation close date is extended from 4/4/2023 to 4/7/2023 at 2 p.m. e.s.t.

2. Three revised (3) SOW's are now included as Attachments 1-3. For ITB 221 to B316, para 2.2.2.1.1 concerning a new backboard in B316 has been remeoved. For B405 to B407, para 2.2.2.1.3 has been updted to state that the FODP will be Government Furnished Equipment. All SOW's have updated paragraphs 2.1.2 Site Coordination and 2.1.2.1 Confined Space.

3. Attachment 28 has been added "Confined Space Entry Permit"

________________________________________________________________________________________

03/17/2023 - Ammendment 4

This ammendment covers the following areas:

1. 3/13/2023 Site Visit Questions and Answers

2. B405 - B407: Adding MH 7 pictures (manhole was not accessible during site visit).

3. Extending soliciation close date from 3/22/2023 to 4/4/2023.

4. Their will be revised SOW's based upon the site visit which will be published in the next ammendment NLT Wednesday 3/22. Do not submit quotes before reviewing revised SOW's.

1. Site Visit Questions and Answers:

Q1. Will the owner require a manufacturer's warranty on the fiber?

A1. No

Q2. For Building 407, can we run through the maintenance room instead of trenching/ boring new pathway?

A2. Yes

Q3. What type of geospatial data you require, and how to best obtain the GPS locations for your GIS applications (ESRI).

A3. Geospatial data is only required if they are installing new underground duct work. The data we need from that is called a "shape file". Since they will no longer be boring that 60" and placing a new piece of duct work, they don't need to provide any.

2. MH 7 photos

-See attachments 24-27 for inside photos of MH 7 (this was not accessible for viewing during the site visit)

3. Extension of solicitaion close date

-As a result of the site visit and time allowed for questions and answers, the close date of the solicitation is changed from 3/22/2023 to 4/4/2023 at 2:00 e.s.t.

4. Revised SOW's

-Check back Wednesday 3/22 (or after) for revised SOW's.

______________________________________________________________________________________

03/13/2023 - Amendment 3

1. The deadline to submit questions as a result of the Site Visit held on 3/13/2023 is:

Wednesday 3/15/2023 at 3 p.m. eastern time.

Once all answers have been received and publshed by the government via a subsequent amendment, the deadline to submit quotes will be extended accordingly.

_________________________________________________________________________________________

03/09/2023 - Amendment 2

1. Notification to let interested parties know that the deadline date for questions related to this requirement will be extended from Friday March 10th to a date TBD after conclusion of the site-visit. The date will be announced in the next amendment to this combined synopsis solicitation.

___________________________________________________________________________________________________

03/08/2023 - Amendment 1

1. Site Visit added for Monday March 13th at 10 a.m..

2. Fix admin error where due date for quotes listed below as Friday March 22, 2023 is now changed to Wednesday March 22, 2023.

A site visit will be conducted Monday, March 13th at 10am at the 911th Airlift Wing, Coraopolis, PA 15108. All vendors interested in a site visit must contact the POC Paul Davisson at paul.davisson@us.af.mil to make arrangements for entry on-base by Friday, March 10th 2023 at 11 a.m. No additional requests for entry will be accepted after that time.

Site visit requests must include the company name and the name(s) of personnel attending. Privatlely owned vehicles are encouraged for entry. Commercial vehicles must go through the vehicle inspection point located on the right side of the road just prior to the main gate and visitors center. Upon entry to the base, site visit participants shall report to the Contracting Office Conference Room, Building 210, second floor.

The taking of pictures on the 911th Airlift Wing is not allowed.

All visitors to the 911th Airlift Wing are required to present "Real ID Act" compliant identification upon arrival, or must bring the additional following credentials to be allowed access to the base.

If your drivers license states Not for REAL ID purposes , Not for Federal Facilities or similar language, you must also bring either a valid US Passport, Passport card, Visa, TWIC, Certificate of Naturalization, Veterans Identification Card, Veterans Health Identification card, or a Social Security card and a birth certificate with raised seal. Note: Of the latter two documents, plus the drivers license, all three documents must bear the same name or a former name as documented on acceptable name change documentation such as a court order, marriage certificate, or divorce decree. Beyond May 3, 2023, the older style legacy driver licenses may no longer be acceptable forms of identification for installation access.

Additionally, all potential visitors need to be aware of the following criteria that could prevent entry onto the installation.

General entry denial criteria: active warrants of any kind, non-violent felony convictions within ten (10) years, misdemeanor convictions within five (5) years, and other convictions of serious crimes against persons at any time in the individual's past. Significant trends of criminal history (habitual offenders) may also be grounds for denial of entry.

The following provision will be added to the COMBINED SYNOPSIS/SOLICITATION for the purpose of a Site Visit.

FAR 52.237-1, Site Visit - Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

____________________________________________________________________________________________________

This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quote (RFQ) number is FA671223Q0007. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-01. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. Clauses can be accessed in full text at these addresses: www.acquisition.gov.

This RFQ is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the Government for reimbursement. The Government reserves the right to cancel this RFQ either before or after the closing date. In the event the RFQ is cancelled, the Government has no obligation to reimburse costs associated with preparing and providing a quote.

The NAICS code is 238210 and the Small Business Standard is $16.5 Million.

The proposed contract is 100% total set-aside for Small Business.

Award shall be made on the evaluation basis of Lowest Price Technically Acceptable.

The due date for submission of questions relating to this solicitation is Friday March 10th, 2023 at 2 p.m. E.S.T. The due date for quotes relating to this requirement is Wednesday March 22th, 2023 at 2 p.m. E.S.T. Quotes received after this deadline will not be accepted. The due date/time for receipt of quotes may be extended if found to be in the best interest of the government.

The Pittsburgh 911th Airlift Wing located in Coraopolis PA is seeking quotes from small business vendors for the following:
Section B - Schedule of Services:

CLIN 0001: Fiber Optic Cable Installation (See Attachment #1 - Statement of Work: Fiber Installation from ITB 221 to B301) - Non-personal service to furnish, unless otherwise specified, all tools, equipment, labor, and material necessary to engineer, install, and test (EFI&T) approx. 2,300 feet of 12-strand single mode (SM) fiber optic cable (FOC) from Infrastructure Building (ITB) 221 to Building (B) 301 at Pittsburgh ARS PA and install new 12-port FODP's within existing Communications racks located in each building. Both ends of the FOC will then be connected to the 12-port FODP's in ITB 221 and B 301.

CLIN 0002: Fiber Optic Cable Installation (See Attachment #2 - Statement of Work: Fiber Installation from ITB 221 to B316) - Non-personal service to furnish, unless otherwise specified, all tools, equipment, labor, and material necessary to engineer, install, and test (EFI&T) approx. 2,000 feet of 12-strand single mode (SM) fiber optic cable (FOC) from Infrastructure Building (ITB) 221 to Building (B) 316 at Pittsburgh ARS PA and install new 12-port FODP's within existing Communications racks located in each building. Both ends of the FOC will then be connected to the 12-port FODP's in ITB 221 and B 316.

CLIN 0003: Fiber Optic Cable Installation (See Attachment #3 - Statement of Work: Fiber Installation from ITB 405 to B407) - Non-personal service to furnish, unless otherwise specified, all tools, equipment, labor, and material necessary to engineer, install, and test (EFI&T) approx. 750 feet of 12-strand single mode (SM) fiber optic cable (FOC) from Infrastructure Building (ITB) 405 to Building (B) 407 at Pittsburgh ARS PA and install new 12-port FODP's within existing Communications racks located in each building. Both ends of the FOC will then be connected to the 12-port FODP's in ITB 221 and B 418.

This requirement is for a firm-fixed price sing purchase order awarded using simplified acquisition procedures in accordance with FAR parts 12 and 13.

Period of Performance: 90 days from date of award

The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers.

INSTRUCTIONS FOR OFFERORS: Use Attachment #4 Offer + Pricing Template" to submit quotes.

BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the lowest priced offeror that meets the minimum technical requirements. Offeror will be evaluated in accordance with FAR 13.106-2(b)

In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary, to demonstrate your capabilities in fulfilling the SOW's.

The Government will award a single Firm-Fixed-Price purchase order to the technically acceptable Offer who is deemed responsible IAW FAR 9.104 and whose quote conforms to all stated terms, conditions, representations, certifications, required by this RFQ. Unless identified otherwise, by submission of a quote, the Offeror has agreed to all requirements included herein. Failure to meet a requirement may result in a quote being determined ineligible for award.

It is the Government's intent to evaluate quotes and award a purchase order without interchanges with Offerors. Therefore, the Offeror's initial quote should contain the Offeror's best terms from a price, and technical standpoint. However, the Government reserves the right to conduct interchanges if the Contracting Officer later determines them to be necessary.

Evaluation Process. Offers will be ranked from lowest price technically acceptable (LPTA). A price analysis may be conducted to determine if the lowest price technically acceptable offer is fair and reasonable. A single award will then be made to the Offeror who has been determined responsible and has submitted the lowest, technically acceptable pricing.

Technical Evaluation. The lowest priced quote received will be evaluated for technical acceptance. If the lowest quote is accepted by the government, no further quotes will be evaluated. If the lowest quote received is not technically accepted by the government, the next lowest priced quote received will be technically evaluated and so on until the lowest price received and accepted by the government is confirmed. An award notice will be posted to sam.gov.

To confirm the capability, and therefore, acceptability, of the Offeror to meet the Government's requirements as outlined in Attachments #1 thru #3 (SOW's), the Offeror shall submit with their quote, a clear, and concise Technical Capability Narrative that includes sufficient detail to substantiate the validity of the Offeror's stated claim(s) that they are able to meet the requirement. The narrative shall not simply rephrase, reiterate, or restate the Government's own language, but rather shall provide convincing rationale describing how the Offeror intends to fulfill the requirement. Legibility, clarity, and coherence are very important. The narrative should include as specifically as possible, the actual methodology that will be used for accomplishing and satisfying the SOW's stated requirement(s). The Offeror shall assume that the Government has no prior knowledge of its capabilities, facilities, and experience, thus the technical evaluation will be solely based on the information presented in the Offeror's Technical Capability Narrative. The Offeror's Technical Capability Narrative must, at a minimum, address how the Offeror intends to meet the Contractor Work Scope requirements of the SOW's.

Ratings: Upon evaluation of the Technical Capability Narrative, the following rating will be assigned:

Acceptable: The Offeror has provided sufficient information within their Technical Capability Narrative for the Government to evaluate and confirm their capability to meet all the requirements of the SOW's.

Unacceptable: The Offeror has not provided sufficient information within their Technical Capability Narrative; therefore, the Government cannot confirm their capability to meet the requirements of the SOW's.

Interchanges (Definition):

Interchanges can be informal or formal. The Contracting Officer may use e-mail, send an Interchange Notice (IN) or phone call, etc., asking for clarifications, change pages, revisions, or other documentation. The Government may conduct interchanges with one, some, none, or all Offerors at its discretion. Only quotes rated technically acceptable, either initially or because of interchanges, will be eligible for award.

Technical Evaluation Ratings

Rating; Description

Acceptable; Submission clearly meets the minimum requirements of the solicitation

Unacceptable; Submission does not clearly meet the minimum requirements of the solicitation

If the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable" and will no longer be considered for further competition or award.

Section C - FAR CLAUSES AND PROVISIONS

52.202-1, Definitions

52.204-7, System for Award Maintenance

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018)
52.204-13, SAM Maintenance
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

52.204-26, Covered Telecommunications Equipment or Services-Representation

52.212-1, Instructions to Offerors - Commercial Items

52.212-3 Alt I Offeror Representations and Certifications Commercial Items
52.212-4, Contract Terms and Conditions - Commercial Items

52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services

52.219-6, Notice of Total Small Business Set-Aside

52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities Relating to Iran Representations and Certifications
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors

52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)

52.237-2, Protection of Government Buildings, Equipment, and Vegetation
52.247-34, F.O.B-Destination
52.252-2, Clauses Incorporated by Reference

52.252-6, Authorized Deviations in Clauses
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items as follows:

52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

52.219-28, Post-Award Small Business Program Representation (Jul 2013)

52.222-3, Convict Labor
- 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016)
- 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 (Jul 2014)
- 52.222-41, Service Contract Labor Standards

52.222-42, Statement of Equivalent Rates for Federal Hires

52.222-50, Combating Trafficking in Persons

52.222-55, Minimum Wages Under Executive Order 13658

52.222-62, Paid Sick Leave Under Executive Order 13706

52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)
- 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)

52.232-33, Payment by Electronic Funds Transfer--System for Award Management
- 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management

DFARS CLAUSES AND PROVISIONS

252.203-7000, Requirements 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
252.204-7003. Control of Government Personnel Work Product
252.204-7008, Compliance With Safeguarding Covered Defense Information Controls
252.204-7015, Disclosure of Information to Litigation Support Contractors

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
252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism
252.225-7001, Buy American Act & Balance of Payments Program
252.225-7012, Preference for Certain Domestic Commodities
252.225-7036, Buy American Act, Free Trade Agreements, Balance of Payments Program
252.225-7048, Export Controlled Items

252.232-7003, Electronic Submission of Payment Requests and receiving Reports

252.232-7006, Wide Area Workflow Payment Instructions

252.232-7010, Levies on Contract Payments
252.243-7001, Pricing of Contract Modifications
252.244-7000, Subcontracts for Commercial Items
AFFARS CLAUSES

5352.201-9101, Ombudsman

5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012)
5352.242-9000, Contractor Access to Air Force Installations
Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I if not updated in SAM.

The Point of Contact for this solicitation is Paul Davisson who can be reached at email paul.davisson@us.af.mil.

System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/.

Quotes shall be sent via email to paul.davisson@us.af.mil.

All quotes shall include price(s), FOB point, a point of contact, name and phone number and business size. Please note that the Government's terms for payment for this requirement are Net 30 Days AFTER acceptance of service.

Attachments to this combined synopsis solicitation:

1 - 3: Statements of Work

4: Offer + Pricing Template

5 - 12: Drawings for B221 to B301 (CLIN 0001)

13 - 19 Drawings for B221 to B316 (CLIN 0002)

20 - 23 Drawings for B405 to B407 (CLIN 0003)

Posted: March 17, 2023, 1:06 p.m. EDT
Posted: March 13, 2023, 12:36 p.m. EDT
Posted: March 9, 2023, 11:25 a.m. EST
Posted: March 8, 2023, 6:55 a.m. EST
Posted: Feb. 28, 2023, 2:35 p.m. EST

Overview

Response Deadline
April 7, 2023, 2:00 p.m. EDT (original: March 22, 2023, 2:00 p.m. EDT) Past Due
Posted
Feb. 28, 2023, 2:35 p.m. EST (updated: March 24, 2023, 8:47 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Coraopolis, PA 15108 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
On 2/28/23 Reserve Command issued Synopsis Solicitation FA671223Q0007 for Fiber Optic Cable Installations due 4/7/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 238210 (SBA Size Standard $19 Million) and PSC N059.
Primary Contact
Name
Paul Davisson   Profile
Phone
(412) 474-8124

Documents

Posted documents for Synopsis Solicitation FA671223Q0007

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation FA671223Q0007

Award Notifications

Agency published notification of awards for Synopsis Solicitation FA671223Q0007

Contract Awards

Prime contracts awarded through Synopsis Solicitation FA671223Q0007

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation FA671223Q0007

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA671223Q0007

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA671223Q0007

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFRC > FA6712 911 AW LGC
FPDS Organization Code
5700-FA6712
Source Organization Code
100221274
Last Updated
April 22, 2023
Last Updated By
paul.davisson@us.af.mil
Archive Date
April 22, 2023