SOLICITATION NOTICE
N -- Ethernet Wiring Installation Dutch Harbor
- Notice Date
- 5/29/2024 12:17:36 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
- ZIP Code
- 64106
- Solicitation Number
- 1333MF24Q0071
- Response Due
- 6/10/2024 7:00:00 AM
- Archive Date
- 06/25/2024
- Point of Contact
- RANDOLPH, SHAWANA
- E-Mail Address
-
SHAWANA.RANDOLPH@NOAA.GOV
(SHAWANA.RANDOLPH@NOAA.GOV)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION Ethernet Wiring Installation Dutch Harbor, Alaska ** There are no known previous acquisitions of these services (i) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. 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). Submit written quotes on RFQ Number 1333MF24Q0071. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05 (May 2024) ""(iv) This solicitation is being issued as a Total Small Business Set-Aside . The associated NAICS code is 238210. The small business size standard is $19.0M."" ""(v) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: "" Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) for the following: The National Marine Fisheries Service Alaska Region (NOAA Fisheries AKR) requires a contractor to install an interconnection across three distinct offices located in Dutch Harbor, AK, with Ethernet, suitable for switch-to-switch interconnection. In addition, one office area will be rewired with up-to-date Ethernet cabling, including power over Ethernet capability. Work shall be conducted in accordance with the Statement of Work. The three NOAA Fisheries offices are located at the Airport Business Center at 2315 Airport Beach Road, Dutch Harbor, AK. Delivery is Installation must be completed within 45 days of contract award. SEE SF18 FOR A LIST OF CONTRACT LINE ITEMS ""(vi) Description of requirements is as follows: See attached Statement of Work which applies to Base Year and Department of Labor Wage Rates: WD 2015-5687, Revision No. 22, dated May 02, 2024, which can be found on: https://sam.gov/content/wage-determinations "" ""INVOICES TO BE BILLED AFTER ALL SERVICES ARE COMPLETED. PROVIDE PER UNIT AND AGGREGATE PRICING FOR THE QUOTE. QUOTE PRICING MAY BE PROVIDED ON THE ATTACHED SF18 FORM OR ON COMPANY LETTERHEAD. "" (vii) Date(s) and place(s) of delivery and acceptance: Installation must be completed within 45 days of contract award. Place of Performance is Airport Business Center, 2315 Airport Beach Road, Dutch Harbor, AK 99692. (viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment and below. (ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and can be found in the Solicitation package. (x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. Offerors are advised to include a completed copy of the provision with its offer. (xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (May 2024), applies to this acquisition apply can be found in full text on the Request for Quote form SF18 attachment. (xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Request for Quote form SF18 attachment. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (xv) Quotes are required to be received in the contracting office no later than the time and date stated in sam.gov. All quotes must be submitted electronically via email to shawana.randolph@noaa.gov. (xvi) Any questions regarding this solicitation should be submitted electronically via email to shawana.randolph@noaa.gov. 1352.215-72 Inquiries (Apr 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO Shawana.Randolph@noaa.gov QUESTIONS SHOULD BE RECEIVED NO LATER THAN 3 days before offerors are due. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. 52.237-1 Site Visit (Apr 1984) 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. (End of provision) ""A site visit is highly recommended but not required. Offerors 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. An organized site visit has been scheduled for Friday, June 7th at 10:00AM AKDT Participants will meet at Suite 202 Airport Business Center 2315 Airport Beach Road Dutch Harbor, AK 99692 Site Visit Point of Contact Krista Milani (907) 581-2062 krista.milani@noaa.gov Since this is a scheduled site visit an appointment or pre-notification of attendance isn't required. If an additional time is required please contact the POC and CC Shawana.Randolph@noaa.gov All questions during the site visit should be submitted electronically to Shawana.Randolph@noaa.gov."" FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are required and can be sent to Shawana.Randolph@noaa.gov 2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote. 3. Offerors shall assume that the Government has no prior knowledge of them or their capability. 4. PRICING MUST BE PROVIDED ON A SEPARATE DOCUMENT FROM OTHER EVALUATION CRITERIA RESPONSES 5. Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria will not be accepted. FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021) Offers will be evaluated based on price and the factors set forth in paragraph (a). The evaluation will consider the Non-Price Technical Solution (Technical Approach and Past Performance) to be significantly more important than price. However, as quotes are determined to be more equal in the non-price evaluation factor, price becomes more important and may become the determining factor for award. If, at any stage of the evaluation, all vendors are determined to have submitted equal, or virtually equal, Non-Price Technical Solutions, price could become the factor in determining which vendor will receive the award. The Government intends to evaluate the quotes and award a purchase order based on the Offeror�s initial quote; therefore, the Offeror�s initial quote should contain the Offeror�s best terms from a Non-Price Technical Solution and price standpoint. The Government reserves the right not to award a purchase order depending on the quality of the quote(s) submitted and the availability of funds. Furthermore, the Government may waive informalities and minor irregularities or omissions in quotes received. The Government may make award to other than the lowest-priced Offeror or the Offeror with the highest technical rating if the Contracting Officer determines that to do so would result in the best value to the Government. The Government will not make an award at a significantly higher overall price to achieve only slightly superior performance capability. (a) 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. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following: Factor 1 -Technical Approach and Capability. The Offeror�s overall technical approach will be evaluated to assess the Government's level of confidence in the Offeror�s understanding of, approach to, and ability to successfully perform the requirements as described in the Statement of Work. Provide a detailed description of the company�s experience performing similar services. A detailed technical approach write-up describing how the Offeror will perform this service is required to be submitted with the quote regardless of whether a site visit was made or not. The technical approach write-up must not be a reiteration of the Statement of Work, but how your company plans on performing the tasks listed in the attached Statement of Work. (i.e. performance checklists, anticipated number of employees, anticipated hours at the facility and/or confirmation of supplies being provided, etc.) Factor 2�Proximity. Due to the remote nature of the work, the offeror will be evaluated on its physical proximity to perform the installation at the Airport Business Center facility. Factor 3�Cost/Price. The proposed prices/costs will be evaluated. The cost evaluation will determine whether the proposed costs are realistic, complete, and reasonable in relation to the solicitation requirements. The Government intends to award a trade-off, single firm fixed-price purchase order on an all or none basis with payment terms of Net 30. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d4a968eb4954406597bc88fccf0c0fe4/view)
- Record
- SN07079372-F 20240531/240529230054 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |