Premise Wiring Upgrade Multiple Buildings

Agency: DEPT OF DEFENSE
State: Wyoming
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159610725899537
Posted Date: Mar 27, 2024
Due Date: Apr 10, 2024
Solicitation No: FA461324Q1020
Source: Members Only
Follow
Premise Wiring Upgrade Multiple Buildings
Active
Contract Opportunity
Notice ID
FA461324Q1020
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE GLOBAL STRIKE COMMAND
Office
FA4613 90 CONS PK
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-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Mar 27, 2024 03:44 pm MDT
  • Original Published Date: Feb 23, 2024 07:38 am MST
  • Updated Date Offers Due: Apr 10, 2024 02:00 pm MDT
  • Original Date Offers Due: Mar 28, 2024 10:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 25, 2024
  • Original Inactive Date: Apr 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: N061 - INSTALLATION OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description View Changes

Amendment 2 Changes:



• Extend quotes due from 28 Mar 24 at 10am MST to 10 Apr 24 at 10am MST



• Extend Questions due from 14 Mar 24 at 10am MST to 28 Mar 24 2pm MST



Amendment 1 Changes:



• Questions and Answers added

• It is anticipated that the total project will be funded within a few months of award of the IDIQ.

• Edit FAR 52.212-1 5.1.1.10 Offer must include confirmation of the ability to complete the entire project within 365 days.

• Amended Attachment 1 – Performance Work Statement 14 Mar 24 Section 1.1.7 to remove “The contractor may be required to move furniture in some buildings to access work locations. It is estimated that approximately 50% of the buildings will require furniture to be moved to access work location. Furniture may include but not limited to desks, wall lockers, and cabinets.





Combined Synopsis/Solicitation

Solicitation Number: FA461324Q1020

Purchase Description: Premise Wiring – Multiple Buildings – SDVOSB Set-Aside



This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov as a Service Disabled Veteran Owned Small Business (SDVOSB) Set Aside.



The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461324Q1020, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 238210, Electrical Contractors and Other Wiring Installation Contractors, with a small business standard of $19M.



The Government intends to award a Firm Fixed-Price, Indefinite Delivery, Indefinite Quantity, Commercial contract with an initial Task Order for the minimum quantity. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) 2024-02 effective 22 January 2024, Defense Federal Acquisition Regulation Supplement (DFARS) Change 01/22/2024 effective 22 January 2024, and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) DAFAC 2023-0707 effective 07 July 2023.



Funds are not presently available for performance under this contract beyond to be determined for each separate task order. The Government’s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond to be determined for each separate task order, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.



DESCRIPTION OF SERVICE:

The contractor shall provide all management, tools, supplies, equipment, and labor necessary to perform cable replacement services at F.E. Warren Air Force Base, Wyoming, in buildings 207, 208, 212, 214, 215, 216, 245, 316, 320, 322, 332, 341, 363, 665, 762, 781, 837, 916, 930, 934, 1240, 1245, 1247, 1270, 1274, 1285, 1501, 4328, in accordance with Attachment 1a - 90th Communications Squadron (CS) Telecommunications Installation Criteria Handbook (TIC) where applicable, and applicable federal, state, local laws and regulations and Attachment 1- Performance Work Statement (PWS). This list of cable replacement services is complete as of the time of this solicitation; however, it is reasonably anticipated that some deletions, changes, and/or additions may be added to this contract during the performance period of this contract. The attached Contract Line Item Number (CLIN) structure lists all elements of work for these services, with estimated quantities and matching sheets for outyear pricing. All work performed under this contract shall be incorporated into the attached CLIN structure. All CLINs F.O.B. Destination.



Minimum: The total amount to be issued as first task order at time of award.

Maximum: The total amount of all cable replacement services as modified throughout the contract period, limited only to contract scope (currently estimated to be $2M).



The attached Contract Line Item Number (CLIN) structure lists the different types of outlets required for these services with estimated quantities for outyear pricing. CLINs should cover the entirety of the efforts performed IAW with the Performance Work Statement. All work performed under this contract shall be incorporated into the attached CLIN structure. All CLINs F.O.B. Destination.



LIST OF ATTACHMENTS:

Attachment 1 – Performance Work Statement

Attachment 1a – 90 CS TIC Handbook

Attachment 1b – Building Floorplans

Attachment 2 – Contract Line Item Number structure

Attachment 3 – Wage Determination

Attachment 4 – Site Visit Agenda

Attachment 5a – Provisions and Clauses

Attachment 5b – Supplemental Provisions and Clauses

Attachment 6 – Task Order Proposal Request Instructions

Attachment 7 – Task Order Proposal Pre-Priced CLIN sheet

Attachment 7a – First Task Order TOPR CLIN Sheet

Attachment 8 – Brand Name Justification

Attachment 9 – Offeror Quote Supplement Form

Attachment 10 – Questions & Answers



PERIOD OF PERFORMANCE:

• Period of performance is 1825 calendar days after date of contract.

• Once the contract is awarded, an initial task order will be awarded for the first premise wiring project and additional task orders will be awarded at the Government’s discretion.

• Any contractor concerns with the details of this requirement shall be submitted, prior to the quote due date, by e-mail to amber.moore.15@us.af.mil and trisha.lamarr@us.af.mil and shall include a detailed explanation of the concern and a proposed solution.



PLACE OF PERFORMANCE: Francis E. Warren AFB, WY 82005



OTHER INFORMATION:

Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award.



SITE VISIT:

A site visit will take place on Thursday 7 March 2024 and will begin at 0900 Mountain Standard Time (MST). Interested parties need to provide notice of interest by e-mail to amber.moore.15@us.af.mil and trisha.lamarr@us.af.mil by Wednesday 6 March 2024, by 1600 MST. Please refer to Attachment 3 – Site Visit Agenda for additional instructions.



QUESTIONS:

Questions shall be received no later than Thursday 28 March 2024 at 1400 MST. Forward responses by e-mail to amber.moore.15@us.af.mil and trisha.lamarr@us.af.mil.



QUOTES:

Responses/quotes MUST be received no later than Wednesday 10 April 2024 at 1000 MST. Forward responses by e-mail to amber.moore.15@us.af.mil and trisha.lamarr@us.af.mil.





INSTRUCTIONS TO OFFERORS:

Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Commercial Services.



Offerors shall comply with FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023)



FAR 52.212-1 is hereby tailored as follows:

1. Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.

2. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.

3. The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order.

4. The Government will consider all quotes that are timely received and will not consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable.

5. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:

5.1. In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:

5.1.1. Cover page or a completed copy of Attachment 9 – Offeror Quote Supplement Form to include the offeror’s:

5.1.1.1. Company Name and Company Doing Business As (if applicable)

5.1.1.2. Physical Address

5.1.1.3. Cage code and/or Unique Entity ID

5.1.1.4. Point of Contact

5.1.1.5. Phone number

5.1.1.6. Email address

5.1.1.7. Business Type

5.1.1.8. Statement that you company fully understands this solicitation and will meet all the requirements specified in the Performance Work Statement.

5.1.1.9. Offer must be no more than five (5) pages and may only include the vendor’s name and any identifier on the first page or the cover page of the offer.

5.1.1.10. Offer must include confirmation of the ability to complete the entire project within 365 days.



5.1.2. PRICE

5.1.2.1. Firm Fixed Pricing to include:

5.1.2.1.1. Completed Contract Line Item Number (CLIN) structure, to include all outyear pricing sheets, with a price per unit and total price (based on estimated quantities) for each CLIN

5.1.2.1.2. Total Overall Price (for each 365 day period)

5.1.2.1.3. Completed Task Order Proposal Pre-Priced CLIN sheet for the initial Task Order proposed quantities using proposed price per unit (for first 365 day period) & the total Overall Price for the initial Task Order

5.1.2.1.4. Total Price for all periods excluding initial Task Order

5.1.2.1.5. Discount Terms (if applicable)

5.1.2.1.6. Quote Number (if applicable)

5.1.2.1.7. Quote Valid Until Date



5.1.3. TECHNICAL

5.1.3.1. Past Experience:

5.1.3.1.1. Offer must provide at least three (3) contracts/projects within the last three (3) years that show the capability to remove cable, wire category 6 cable from patch panels to communication jacks, install faceplates, patch panel(s), cable management, and terminations of cat 6 cable by providing the following:

5.1.3.1.1.1. Contract Number

5.1.3.1.1.2. Place and Period of Performance

5.1.3.1.1.3. Description of services

5.1.3.1.1.4. Contract/customer POC: name, phone number, and email

**NOTE: Government/non-Government contracts within the previous four years are accepted that show offeror served as either primary contractor or subcontractor responsible for contract performance.**



EVALUATION:

ADDENDUM TO FAR 52-212-2 EVALUATION—COMMERCIAL ITEMS (Nov 2021)

Paragraph (a) is hereby replaced with the following:



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 representing the best value with price and other factors considered. Government has determined that best value is expected to result from selection of the technically acceptable offer with the lowest Total Evaluated Price (TEP); therefore, Government will evaluate offers based on lowest price technically acceptable (LPTA). Award will be made on the basis of the lowest TEP of offerors meeting or exceeding the acceptability standards for non-price factors. Quotes that do not include all requested information in FAR 52.212-1 in 5.1.1 will be considered nonresponsive. The following factor(s) shall be used to evaluate offers:

1. Price:

1.1. Government will rank offers received by lowest TEP and will then determine Technical Acceptability of each offer. If the Government receives three (3) offers or fewer, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest priced offers to evaluate for Technical Acceptability. If any of the three lowest priced offers are deemed Technically Unacceptable, the Government reserves the right to evaluate additional offers for technical acceptability if it is determined to be in the Government’s best interest.

1.2. Price will be evaluated using the TEP, which is defined as the combined total of the base period, four additional one-year periods, and a six-month extension period. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. To be eligible for award an offeror’s TEP must be determined fair and reasonable.

1.3. Unbalanced pricing. Offerors are cautioned against submitting an offer that contains unbalanced pricing. Unbalanced pricing may increase performance risk and could result in payment of unreasonably high prices. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one (1) or more contract line items is significantly over or understated. The Government shall analyze offers to determine whether they are unbalanced with respect to separately priced line items or sub-line items. An offer that is determined to be unbalanced may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government.

1.4. FAR 52.217-8, Option to Extend Services, has been included. In order to evaluate the price for this extension, the Government will use one half of the total price of the third year.

1.5. Pricing must meet the requirements/specifications in FAR 52.212-1 in 5.1.2. No additional information from the offeror will be required if the price is based on adequate price competition.  In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.



2. Non-price Factor/Technical Evaluation:

2.1. Past Experience:

2.1.1. The Government shall evaluate past experience provided IAW 5.1.3.2. Past experience will receive a rating of acceptable or unacceptable. If all required past experience is not provided, offer will be considered nonresponsive to this solicitation and will not be eligible for award.

2.1.2. To determine technical acceptability, the Government will evaluate past experience only. No other non-price factors will be evaluated or considered to determine overall technical acceptability.



(End of Provision)


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 307 773 3888 7505 BARNES LOOP BLDG 208
  • FE WARREN AFB , WY 82005-2860
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Apr 1, 2024[Combined Synopsis/Solicitation (Updated)] Premise Wiring Upgrade Multiple Buildings

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >