MODIFICATION
J -- AMEND 01 - PROCURE and INSTALL COMMUNICATION INFRASTRUCTURE AT AAFB, GUAM
- Notice Date
- 9/11/2015
- Notice Type
- Modification/Amendment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 101, RTE 1 MARINE DRIVE Santa Rita, GU,
- ZIP Code
- 00000
- Solicitation Number
- N4019215Q7078
- Response Due
- 9/21/2015
- Archive Date
- 10/6/2015
- Point of Contact
- ANGELA GM SANTOS 671-366-4943
- Small Business Set-Aside
- Total Small Business
- Description
- SUBJECT: PROCURE and INSTALL COMMUNICATION INFRASTRUCTURE SOLICITATION NUMBER: N40192-15-Q-7078 SITE VISIT DATE: 15 SEP 2015 CLOSING RESPONSE DATE: 18 SEP 2015 ****AMENDMENT 01 is to 1) correct Attachment 01 - Synopsis and 2)Include Attachment 03 - Pre-Quotation Inquiry Form. All other terms and conditions remain unchanged. ----------------------------------------------------------- I. 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. II. This solicitation is issued as a Request for Quotation (RFQ), solicitation number N40192-15-Q-7078. III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-83 effective date 03 August 2015. IV. This acquisition is set aside 100% for small businesses. The North American Industrial Classification System (NAICS) code is 238210 and the small business size standard is $15.0 million. V. Potential offerors are to quote on the following Contract Line Items: The government intends to award a firm-fixed price contract for the following contract line items description, quantity and unit of issue: CLINDescriptionQuantityUnit of Issue 0001Provide and Install Communication Infrastructure in accordance with the Statement of Work.1Each A SITE VISIT IS SCHEDULED FOR TUESDAY, 15 SEP 2015 AT 9:00 AM. Contact Contracting POC angela.santos.3@us.af.mil for further information. THOSE WHO NEED TO BE SPONSORED INTO THE BASE PLEASE MEET AT THE FRONT GATE OF ANDERSON AIR FORCE BASE, YIGO AT 08:45 AM. YOU MUST HAVE A VALID I.D., DRIVER S LICENSE, AND INSURANCE (TRANSPORATION WILL NOT BE PROVIDED). EMAIL ANGELA.SANTOS.3@US.AF.MIL WITH THE NAMES AND CONTACT INFO OF ALL THOSE THAT WILL NEED TO BE SPONSORED NO LATER THAN 0900 ON 9/14/2015. IF YOU ARE NOT AT THE FONT GATE BY THE ASSIGNED TIME, YOU WILL NOT BE SPONSORED IN. ALL OTHERS, PLEASE MEET PROMPTLY IN THE FRONT OF BLDG. 25023 (MAP ATTACHED). VI. All requirements must be met as stated in Attachment 1, Statement of Work (SOW). VII. FAR 52.212-1, Instructions to Offerors--Commercial Items (Apr 2014) applies to this acquisition. VIII. FAR 52.212-2, Evaluation Commercial Items (Oct 2014). 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. The following factors shall be used to evaluate offers: (1)Technical capability of the item offered to meet the Government requirement; (2)Price The lowest priced quote will be evaluated for technical capability. If the lowest priced quote is found technically capable, the award will be made without further consideration. If the lowest quote is deemed technically incapable, the next lowest quote will be evaluated for technical capability, and so on until an award can be made to the lowest priced technically capable offers. (a) Technical: The lowest offeror will move forward to the technical evaluation. If the lowest priced quote is deemed technically unacceptable, the Government will evaluate the technical acceptability of the next lowest offeror and so on until an awardee is identified. (b) Price: Quotes will be listed in ascending order (low to high). The price evaluation will document the reasonableness and completeness of the total evaluated price. The award will be made to the lowest evaluated price whose offer is deemed technically capable. TECHNICAL CRITERIA RATINGS- RATING DEFINITION Acceptable: Quote clearly meets the minimum requirements of the solicitation. Unacceptable: Quote does not clearly meet the minimum requirements of the solicitation. IX. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Mar 2015) is included in this solicitation. Offerors must include a completed copy of this provision with its offer. X. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015) and 52.212-4 Alternate I (Aug 2012) applies to this acquisition. No addenda to this clause. XI. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (May 2015), applies to this acquisition. These additional FAR provisions and clauses cited within the clause at 52.212-5 are applicable to this acquisition: FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-41 Service Contract Act of 1995 (NOV 2007) FAR 52.222-50, Combating Trafficking in Persons System for Award Management; FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management; FAR 52.233-3, Protest after Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; Additional provisions and clauses that apply to this acquisition are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-0001, Line Item Specific: Single Funding; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quotes submitted by another firm on behalf of a SAM registered company with the intention of being award care of will not be accepted. All quotes must include registered DUNS, CAGE code, and Tax ID and small business status. This requirement is restricted to Small Business Concerns and subject to the Service Contract Act (see Attachment (2) WD05 2147(REV. 18)) Submit quotes via email to Angela GM Santos at angela.santos.3@us.af.mil. Responses to this RFQ must be received via e-mail no later than 1800 hours (EST) on 17 SEP 2015, which is 0900 hrs on 18 SEP 2015 (Guam Standard Time). Oral quotes will not be accepted. Emailed quotes must be received at the stated addressee email inbox on time and the addressees must be able to open the email and all attachments. No other email receipt will be accepted. The Government does not accept responsibility for non-receipt of quotes. It is the vendor s responsibility to request and receive confirmation of quote receipt. Please send any questions using the attached Pre-Quotation Inquiry form (Attachment 3) to angela.santos.3@us.af.mil regarding this solicitation no later than 1400 hrs, 17 September 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019215Q7078/listing.html)
- Place of Performance
- Address: 36CS/SCXP
- Zip Code: BLDG. 23002
- Zip Code: BLDG. 23002
- Record
- SN03881529-W 20150913/150911234922-2d12d29f02d9f46baf04b84381950517 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |