SOLICITATION NOTICE
P -- Nortel SL100 Removal/Disposal - SOLICITATION Amendment 1
- Notice Date
- 8/12/2024 2:02:32 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- FA6670 914 AW LGC NIAGARA FALLS NY 14304-5000 USA
- ZIP Code
- 14304-5000
- Solicitation Number
- FA667024Q0009
- Response Due
- 8/20/2024 10:00:00 AM
- Archive Date
- 09/04/2024
- Point of Contact
- Danielle Jones, Matthew Crum, Phone: 7162362213
- E-Mail Address
-
danielle.jones.28@us.af.mil, matthew.crum.9@us.af.mil
(danielle.jones.28@us.af.mil, matthew.crum.9@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Department of the Air Force Niagara Falls ARS Requirement Title: SL100 Decom Solicitation Number: FA667024Q0009 Solicitation Issue Date: Thursday, 25 July 2024 Response Deadline: Thursday, 15 August 2024 no later than 1:00 PM EDT Point(s) of Contact: Danielle Jones, Contract Specialist Email Address: danielle.jones.28@us.af.mil General Information This request is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Only firm fixed price offers will be evaluated. 1. This solicitation document and incorporated provisions and clauses are those in effect through: Federal Acquisition Circular 2024-05 Defense Federal Acquisition Regulation Public 05/30/2024 Department of the Air Force Federal Acquisition Circular 2024-0612 2. This acquisition is a competitive requirement. This requirement is a 100% small business set aside. In order to be considered, offerers must be registered as a small business under the associated NAICS.The North American Industry Size Classification System (NAICS) code associated with this requirement is 541519. The Small Business Size Standard associated with this NAICS is $34.0 million. 3. Contractors must be registered for federal government awards in SAM to receive award. To register in SAM, go to: https://sam.gov/content/entity-registration Requirement Information The 914th CS has a requirement for removal and disposal of Nortel SL100 switch cabinets. Demolition of units includes cabinets, power supplies, cabling, and batteries. The contractor is responsible for disposing of all items and for removal and proper disposal of all hazardous waste. All work to take place at Niagara Falls Air Reserve Station (NFARS), NY 14304- 5001. � Attachment 0: Solicitation RFQ (this document). � Attachment 1: PWS SL-100 Removal - 23 May 24 (rev 3) � Attachment 2: Wage Determation 2015-4147 - 29 Apr 24 Place of Delivery/Performance/Acceptance/FOB Point: F.O.B. Destination; Deliver to 2395 Kirkbridge Dr, Niagara Falls NY 14304 (exact customer address will be provided in the resulting contract). Instructions to Offerors To be considered responsive, offerors must submit the following via e-mail to danielle.jones.28@us.af.mil by the RFQ Deadline of Thursday, 15 August 2024 at 1:00 PM Eastern Daylight Time (EDT): 1. Quote with Technical Capability Statement 2. Delivery Schedule Only firm fixed price offers will be evaluated. To be eligible to receive an award resulting from this Solicitation. Offeror must also have the NAICS code associated with this RFQ indicated on their SAM record. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach, nor does it obligate the Government to pay for any quote preparation costs. Vendors who wish to respond to this notice must send responses NLT Thurday, 15 August 2024 at 1:00 PM Eastern Daylight Time (EDT) via email (subject: FA667024Q0009) to Danielle Jones at danielle.jones.28@us.af.mil Quotations must meet all instructions put forth in this solicitation. No phone calls will be accepted for this RFQ. Any questions relating to this solicitation must be submitted in writing to the contracting office. For questions, please contact Danielle Jones at danielle.jones.28@us.af.mil. Evaluation Criteria This is a competitive commercial acquisition. The Government intends to award a single contract resulting from this RFQ to the responsive, responsible offeror whose quote conforms to the RFQ and will be most advantageous to the Government; price, and other factors considered. The following factors shall be used to evaluate offers: Price Technical Capability Evaluation: Price � Price shall be evaluated on the total price quoted by the contractor to complete the work. Technical Capability � Technical Capability will be evaluated by reviewing the contractor�s capability statement to determine if their stated capabilities can meet the requirements of the PWS. A capability statement that demonstrates sufficient capability/expertise to meet the PWS requirements shall be deemed acceptable. A capability statement that does not demonstrate sufficient capability/expertise to meet the PWS requirements shall be deemed unacceptable. Award will be made to the contractor with the lowest priced proposal, who�s Technical Capability is determined to be acceptable. The government intends to award this contract without discussions. However, the government reserves the right to open discussions if it is in its best interest. Amendment 1 � Proposal Due Date and Time Extension The purpose of this amendment is to: 1. Extend the date which proposals must be submitted from 15 August 2024 at 1:00PM EDT to 20 August 2024 at 1:00PM EDT. All references to proposal submission date and time in the Solicitation are hereby revised to 20 August 2024 at 1:00PM EDT. 2. To provide questions and answers for this solicitation. a) Does the contractor need to perform the sanitization or removal/destruction of memory within the electronic equipment? No b) Will all disposition and decommissioning records be handled by the site personnel? No c) Are unclassified individuals allowed within the deinstallation area? Yes, but they need to be escorted. d) What documents must be completed for entry for the team and the roll away dumpster? A (VAL) visitor authorization letter through security forces is needed. e) How much space is available for the dumpster and how close to the building can it be? Is there a map that can be provided to assist with this? Yes, the parking area by the back door. f) On attachment #2, we cannot open the word documents attachment labeled �1.6 Waste Recyclable Material Log.� Can you please resend the word attachement? See attached g) Would you be able to provide us the type of batteries that will need to be decommissioned? The batteries are AGM sealed gel. h) Are the Nortel devices within an unclassified area? Unclassified, but it is a controlled area so an escort will be needed. i) Will the contractor need to have any particular clearances in order to perform the deinstallation?�No j) Is there an ability to see how the devices are mounted prior to providing a quote? See attached k) Does the Nortel currently have active users or has it been completely decommissioned? No Users l) Are there any special requirements for our team members to get on base? A (VAL) visitor authorization letter through security forces. m) Is a pre-bid site survey abailalbe for this opportunity? If a pre-bid survey is not available, please provide photos of the site. No, a pre-bid survey is not available. See attached photos. n) Are there stairs involved? The building is one floor. There is one stair out the back door and one stair to the battery room. o) Is there a freight elebator available for contractor use, if needed? No p) Is there a loading dock? No q) Are all working lines removed from the system? Yes r) If working lines remain on the system, who is responsible for the cutover to the new system? N/A s) When will the equipment be ready for removal? The equipment is ready for removal now. t) Is the ladder rack currently supported by the cabinets? Cabling is under raised floor. u) Is the ladder racking currently supported from the ceiling? N/A v) Can stanchion poles be used to support any overhead cable rack that needs to remain once the cabinets are removed? N/A
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d009b2e75e7045b6be415378d9877e5a/view)
- Place of Performance
- Address: Niagara Falls, NY 14304, USA
- Zip Code: 14304
- Country: USA
- Zip Code: 14304
- Record
- SN07166075-F 20240814/240812230115 (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 |