Pennsylvania Bids > Bid Detail

Fiber Optic Cable Installations - Qty 4

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159201585211711
Posted Date: Jun 12, 2023
Due Date: Jun 16, 2023
Solicitation No: FA671223Q0009
Source: https://sam.gov/opp/b0e70245dd...
Follow
Fiber Optic Cable Installations - Qty 4
Active
Contract Opportunity
Notice ID
FA671223Q0009
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFRC
Office
FA6712 911 AW LGC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jun 12, 2023 02:12 pm EDT
  • Original Published Date: May 15, 2023 02:02 pm EDT
  • Updated Date Offers Due: Jun 16, 2023 02:00 pm EDT
  • Original Date Offers Due: Jun 16, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jul 01, 2023
  • Original Inactive Date: Jul 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: N059 - INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Coraopolis , PA 15108
    USA
Description View Changes

Amendment 3 - As prescribed in FAR 4.2203(c), the following clause is being added: FAR 52.204-27



Prohibition on a ByteDance Covered Application (Jun 2023)



(a) Definitions. As used in this clause—



Covered application means the social networking service TikTok or any successor application or service developed or provided by ByteDance Limited or an entity owned by ByteDance Limited.



Information technology, as defined in 40 U.S.C. 11101(6)—



(1) Means any equipment or interconnected system or subsystem of equipment, used in the automatic acquisition, storage, analysis, evaluation, manipulation, management, movement, control, display, switching, interchange, transmission, or reception of data or information by the executive agency, if the equipment is used by the executive agency directly or is used by a contractor under a contract with the executive agency that requires the use—



(i) Of that equipment; or



(ii) Of that equipment to a significant extent in the performance of a service or the furnishing of a product;



(2) Includes computers, ancillary equipment (including imaging peripherals, input, output, and storage devices necessary for security and surveillance), peripheral equipment designed to be controlled by the central processing unit of a computer, software, firmware and similar procedures, services (including support services), and related resources; but



(3) Does not include any equipment acquired by a Federal contractor incidental to a Federal contract.



(b) Prohibition. Section 102 of Division R of the Consolidated Appropriations Act, 2023 (Pub. L. 117-328), the No TikTok on Government Devices Act, and its implementing guidance under Office of Management and Budget (OMB) Memorandum M-23-13, dated February 27, 2023, “No TikTok on Government Devices” Implementation Guidance, collectively prohibit the presence or use of a covered application on executive agency information technology, including certain equipment used by Federal contractors. The Contractor is prohibited from having or using a covered application on any information technology owned or managed by the Government, or on any information technology used or provided by the Contractor under this contract, including equipment provided by the Contractor’s employees; however, this prohibition does not apply if the Contracting Officer provides written notification to the Contractor that an exception has been granted in accordance with OMB Memorandum M-23-13.



(c) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts, including subcontracts for the acquisition of commercial products or commercial services.



(End of clause)



-------------------------------------------------



Amendment 2 - Questions and answers posed regarding FA671223Q0009



1.Per the four attached statement of works provided in the bid docs, please confirm that the Maxcell flexible textile fabric type innerduct will only be required to be installed between buildings 405 to 208 between manholes MH6 and MH125 and MH121 for a total of approximately 500 feet as shown on page 12 of the ITB 4052 B 208. CSI-B verified as per SOW



2. Please confirm that it is assumed all other manhole pathways already have Max cell or inner duct installed and will not be required as part of this contract. CSI-B verified as per SOW



3.Please confirm that we are to assume all existing manhole pathways and underground conduits are passable and already have strings installed for use to pull the new fiber optic cable on this project proposal. Confirmed that you are to assume they are passable. We are unaware of any ducts that are unpassable or damaged.



4. Please confirm It is assumed that no duct rodding and roping will be required as part of this contract due to all existing pathways having previously been surveyed by others and pull strings installed? Confirmed, It is assumed that ducts with existing MAXCELL have pull strings.



5. Please confirm that there will be no required testing of any substances or liquids found the existing manholes as part of this contract prior to probably out water and existing manholes for access in case they contain liquid. CE question, but thought this was already identified. (PK) Located in section 2.2.1.1 of the SOW. The Contractor shall be responsible for pumping out maintenance holes/handholes. Water from maintenance holes/handholes shall be drained onto grass when possible, to act as a natural filter; then it may be pumped out onto the surrounding ground, as long as there is no impact to roads, driveways, or vehicle traffic. Mud and debris shall be disposed of IAW base requirements. If Contractor comes across a manhole with contaminated water, the Contractor shall coordinate with the environmental office in Base CE.



6. Please confirm that the suggested road closure at Manhole MH411 is okay to be reduced to just one lane if required for manhole access. Confirmed



7. Please confirm the new ¾” plywood backboards will only be required to be the rough size of the new fiber optic enclosure boxes as needed and painted white on all sides. Confirmed



8. What type of connectors are required to match the existing installation: SC/APC or SC/UPS? Prefer SC/UPC because of the reliability



9. What is the size of the fiber optic distribution panel (19 or 24")? Our standard cabinets are 19”



10. Is Leviton brand acceptable for the FO distribution panel? Yes



-----------------------------------------------------------------------



Amendment 1 - Additional drawings and an updated SOW for Bldg 316 have been added to clarify requirements. See Attachments 4,21,22,23,24,25.



------------------------------------------------------------------------------------------



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 FA671223Q0009. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-02. 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.



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.



Send requests to participate in the site visit to Ryan Scott ryan.scott.34@us.af.mil and Paul Davisson paul.davisson@us.af.mil by the deadline stated below. Requests shall include Name of firm and participant name(s).



Site visit photos: Photos are not permitted on the 911 AW without explicit permission from the base. Inform the Contracting Officer via the site visit request if your firm desires to take photos during the site visit. Photo requests will be forwarded to the base approving officials for review and approval. If approved, your request will be forwarded back via email. This approval must be kept on your person at all times while taking photos.



Site Visit Date/Time: Wednesday May 31st, 2023 @ 10:00 a.m. e.s.t.



Site Visit deadline registration/photo request date: Wednesday May 24th 2023 @ 10:00 a.m. Requests submitted after this date will not be approved.



The due date for submission of questions relating to this solicitation: Wednesday June 7th, 2023 at 2 p.m. E.S.T.



The due date for quotes relating to this requirement: Friday June 16th, 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 B320



CLIN 0002: Fiber Optic Cable Installation (See Attachment #2 - Statement of Work: Fiber Installation from ITB 405 to B208



CLIN 0003: Fiber Optic Cable Installation (See Attachment #3 - Statement of Work: Fiber Installation from ITB 405 to B419



CLIN 0004: Fiber Optic Cable Installation (See Attachment #4 - Statement of Work: Fiber Installation from B316 to B316A



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 #5 “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.










      1. 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 #4 (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



52.204-7, 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



52.204-27, Prohibition on a ByteDance Covered Application



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



52.219-6, 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

52.243-1 Alternate I, Changes Fixed Price

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



252.204-7024, Notice on the Use of the Supplier Performance Risk System

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



5352.242-9000, 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 Primary Point of Contact for this solicitation is Ryan Scott who can be reached at email ryan.scott.34@us.af.mil



The secondary 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 ryan.scott.34@us.af.mil. An email will be sent confirming receipt.



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 - 4: Statements of Work



5: Offer + Pricing Template



6-10: Drawings for B221 to B320 (CLIN 0001)



11-16: Drawings for B221 to B316 (CLIN 0002)



17-19: Drawings for B405 to B407 (CLIN 0003)



20: Confined Space Entry Permit



21-25: Additional Drawings for MH4 and MH14, Bldg 316 Floorplans


Attachments/Links
Contact Information
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 2375 DEFENSE AVE
  • CORAOPOLIS , PA 15108-4495
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >