SOLICITATION NOTICE
D -- Fiber optic cables and KVM extnders - FA4610-18-Q-0020 Sol
- Notice Date
- 9/22/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517311
— Wired Telecommunications Carriers
- Contracting Office
- Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
- ZIP Code
- 93437-5212
- Solicitation Number
- FA461018Q0020
- Archive Date
- 10/11/2018
- Point of Contact
- Katherine A. Stewart, Phone: 8056053933, Katherine J. Williams, Phone: 805-606-1507
- E-Mail Address
-
katherine.stewart.2@us.af.mil, katherine.williams.9@us.af.mil
(katherine.stewart.2@us.af.mil, katherine.williams.9@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Floor Plan SCA Wage Determination Performance Work Statement (PWS) RFQ Template Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) FA4610-18-Q-0020. Submit written offers IAW CLIN structure outlined in announcement. A quote template has been provided. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-98 and DFARS DPN 20180824. North American Industrial Classification Standard (NAICS) 517311 and Size Standard of 1,500 employees apply to this procurement. Purchase Request #: F4DTE58200A001 Project Title : 21 SOPS KVM Extenders and installation •1. Quotes should conform to the CLIN structure as established in the RFQ Template, Attachment 1. •2. Quotes shall be valid through 9/30/2018. •3. Please see attached documents for detailed description of requirements. •4. All questions or comments must be provided to the Contract Specialist (CS) in writing via email NLT 25 Sep 18. Answers will be posted on or about 25 Sep 18. Telephone and other means of oral communication will not be permitted. •5. Quotes must be sent to Contract Specialist Katherine A. Stewart, katherine.stewart.2@us.af.mil no later than 26 September 2018, 4:00 P.M. PST •6. Contractors must provide Past Experience and References. Offerors to provide documentation demonstrating past experience successfully performing fiber optic cable and KVM extenders installation services for other customers / entities. If your company is not performing the work (e.g., subcontractor will be performing on your behalf), you must provide reference information for the entity that will be performing work on your behalf. Offerors must provide at least one (1) reference and may provide up to three (3) references. Please provide, at a minimum, the following information: •· Company name / address for whom you performed work •· Point of contact name / phone number, email •· Contract / reference number •· Brief description of effort performed for this company The contract will be Firm Fixed Price with the CLIN structure reflected below. CLIN 0001 - Labor: Upgrade Conference Room Fiber Optic KVM Extension CLIN 0002 - Equipment and supplies Installation date: Within 30 Days ADC The following clauses are incorporated by reference in the final award: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporation 52.212-4 Contract Terms and Conditions-Commercial Items 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.222-50 Combat Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) 52.223-5 Pollution Prevention and Right-To-Know Information 52.223-12 Maintenance, Service, Repair or Disposal of Refrigeration Equipment and Air Conditioners 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Building, Equipment and Vegetation 52.242-15 Stop-Work Order 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7006 Billing Instructions 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances The following clauses are incorporated by full text in the final award: 52.212-5 dev. Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Fill-in text: (xii) X (A) N/A (B) 52.222-42 Statement of Equivalent Rates for Federal Hires Fill-in Text: Employee Class GS/WG Equivalent Monetary Wage Fringe Benefit Cable Splicer WG-10 $25.09 36.25% 52.252-2 Clauses Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses (b) Defense Federal Acquisition Regulation Supplement ( 48 CFR Chapter 2) 252.211-7003 Item Identification and valuation Fill-in Text: N/A 252.232-7006 Wide Area Workflow Instructions 5352.201-9101 Ombudsman 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations Fill-in Text: (b): When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration and a valid vehicle insurance certificate to obtain a vehicle pass. If the state issued license is not REAL ID Act compliant, an alternate compliant form of government-issued photo identification is required. Additional information on REAL ID Act Compliant states/identification can be found at: https://www.dhs.gov/current-statusstates-territories (d): AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management The following provisions are incorporated by reference in this solicitation : 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.212-1 Instructions to Offerors - Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls The following provisions are incorporated by full text in this solicitation: 52.212-2 Evaluation - Commercial Items Fill-in Text: (a): Lowest Price Technically Acceptable To be technically acceptable, the offeror's past experience submittal must provide sufficient information for the Government to validate the offeror (or the offeror's proposed subcontractor) has past experience successfully installing fiber optic cable and KVM extenders or equal for other customers / entities. 52.212-3, Alt I Offerors Representations & Certifications - Commercial Items 52.252-1 Solicitation Provisions Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions 5352.215-9001 Notice of Pre-Bid / Pre-Proposal Conference Lack of proper registration in the System for Award Management will make an offeror ineligible for contract award. KATHERINE J. WILLIAMS Contracting Officer 4 Attachments: 1. RFQ Template 2. Statement of Work dtd 31 Jan 18 3. SCA Wage Determination 2015-5647 R6 4. Floor Plan
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/FA461018Q0020/listing.html)
- Place of Performance
- Address: 1 Bishop Rd, Bldg 23225, Vandenberg AFB, California, 93737, United States
- Zip Code: 93737
- Zip Code: 93737
- Record
- SN05101807-W 20180924/180922230052-31475f4c2e738840e34efffd88e60a36 (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 |