Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2025 SAM #8538
SOLICITATION NOTICE

60 -- Fiber Optic Wide Area Network (FOWAN) Transmission Node Upgrades

Notice Date
4/10/2025 11:59:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
 
ZIP Code
21005-5001
 
Solicitation Number
W91CRB25R5014
 
Response Due
4/22/2025 9:00:00 AM
 
Archive Date
05/07/2025
 
Point of Contact
Natahlie Nguyen, Phone: 520-671-3150, Lonny J. Matesky, Phone: 520-671-3187
 
E-Mail Address
nathalie.nguyen2.civ@army.mil, lonny.j.matesky.civ@army.mil
(nathalie.nguyen2.civ@army.mil, lonny.j.matesky.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SUBJECT: Solicitation No W91CRB25R5014; Request for Proposal (RFP) This is a combined synopsis/solicitation for commercial items, with services incidental to the items, prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provision to clauses are those in effect through Federal Acquisition Circular FAC 2005-93, effective 02 January 2017. The word Government in this document refers to the United States Government, its authorized Agencies, Departments, Representatives, Personnel and Assigns Only. This solicitation W91CRB25R5014 is a Request for Proposal (RFP) for Foreign Military Sales (FMS) Case: JO-B-YFG, ARP Case: CE24038, Country: Jordan. The associated North American Industrial Classification Standard (NAICS) Code is 334419; the Product Service Code (PSC) is 6030. Background: The U.S. Army Communications-Electronics Command (CECOM) Security Assistance Management Directorate (SAMD) intends to procure Commercial items and services for FMS Case JO-B-YFG Fiber Optic Wide Area Network (FOWAN) Transmission Node Upgrades as follows. The vendor will be responsible to deliver the items and perform services in accordance with the following documentation: Performance Work Statement (PWS) System Requirements Document (SRD) Technical and Supporting Annexes Contract Data Requirements List (CDRLs) Other Important Information/Requirements: It is the responsibility of the Offeror to ensure that their Offer is compliant with ALL provisions of the FAR and its supplements listed in this Combined Synopsis/Solicitation. The Government MAY, but is not obligated to, consider the offer of any Offeror that is non-compliant with any provision of the FAR and its supplements listed in this Combined Synopsis/Solicitation. Furthermore, the Government is NOT required to inform any Offeror that their Offer is non-compliant with the FAR or any of its supplements. Failure of an Offeror to comply with any provision of the FAR and its supplements listed in this Combined Synopsis/Solicitation can be deemed by the Government as unacceptable and non-responsive to the solicitation. Offerors shall comply with Security and Operational Security (OPSEC) Requirements, where applicable, in paragraphs 4 and 5 of the Performance Work Statement (PWS), located within this requirement. Army Contract Writing System (ACWS) Transition Information for Offerors The Army Contracting Enterprise (ACE) is in the process of deploying new solicitation and contract writing software to Army contracting offices worldwide. Known as the Army Contract Writing System (ACWS), this modern software suite will soon replace most existing Army contract writing systems, including the system used to create and release this Solicitation. During this transition period, Offerors are hereby advised: The Contracting Office may use any combination of contract writing systems to create and release documents related to this solicitation (e.g. solicitation amendments and awards, if any). Due to this: This solicitation may contain different offer submission instructions than other solicitations released by the same Contracting Office (e.g. requiring offer submission via the PIEE Solicitation Module vs. e-mail). Offerors should review all offer submission instructions contained in the solicitation documents and direct any questions or concerns to the Contract Specialist or Contracting Officer. If the Contracting Office switches contract writing systems prior to award, documents you receive from the Contracting Officer or view on SAM.gov or other forums may appear noticeably different than the initial solicitation or previous solicitations or awards from the same Contracting Office. This is normal and expected. A change between contract writing systems may cause important information concerning solicitation response (amendments) or accepted terms (awards) to take on different formatting or appear in different parts of later documents issued. Offerors shall review all documents carefully to locate this important information and direct any questions or concerns to the Contract Specialist or Contracting Officer. The Government does not intend to use the transition between contract writing systems to effect any changes to solicitation or award terms and conditions without accompanying document narratives explicitly stating such changes are deliberate and desired. While the Contract Specialist and Contracting Officer will take care to minimize or eliminate any inadvertent changes when adapting to the new contract writing software, you, as the Offeror, may still be the first to spot such errors. Therefore, Offerors shall: Notify the Contracting Officer immediately if any observed changes, removals, or additions affect your award eligibility, violate or alter existing quote/proposal terms, or could affect Contract performance post-award. Take special care to ensure all fill-in Clauses are populated and remain populated across documents received from the Contracting Office throughout the Solicitation and Award process. Contact the Contracting Officer listed on the first page of the solicitation or solicitation amendment for guidance if you notice or suspect any inadvertent change has occurred between document issuances. The Contracting Officer will correct problems affecting award documents (if any) via bilateral modification, at no cost to the Contractor. Any such modification will reconcile the award with the latest version of this solicitation reflecting deliberate action by the Contracting Officer (e.g. the first issuance if no amendments, or the latest amendment with accompanying narratives), inclusive of any documented pre-award negotiations or accepted supplemental offer terms. In the unlikely event a network disruption, contract writing system error, or financial system error threatens timely award of the requirement set forth in this solicitation, the Contracting Officer: May elect to use alternative mechanisms to obligate funds and allow work or deliveries to legally begin to the benefit of, and with legal protection for, both parties. Will incorporate the latest version of this Solicitation into such mechanisms to serve as a framework for contract execution until any such system problems are resolved. Will ensure any action taken does not conflict with the stated offer evaluation and award methodology of this requirement. Will issue a complete, properly formatted award accurately reflecting this requirement and all applicable terms and conditions once systems return to normal. Provisions and Clauses applicable to this acquisition are as follows: FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-20 Predecessor of Offeror FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 Covered Telecommunications Equipment or Services Representations FAR 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1 Instructions to Offerors �Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions � Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, the following clauses apply: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-14 Limitations on Subcontracting FAR 52.219-28 Post Award Small Business Program Representation (MAR 2009) 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 52.222-37 Employment Reports on Veterans FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-50 Combating Trafficking in Persons�Alternate I FAR 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan FAR 52.223-18 Encouraging contractor Policies to Ban Text Messaging While Driving FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation FAR 52.225-19 Contractor Personnel in a Designated Operations Area of Supporting a Diplomatic or Consular Mission Outside the United States FAR 52.229-12 Tax on Certain Foreign Procurements FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3 Protest after Award FAR 52.249-2 Termination for Convenience of the Government (Fixed Price) FAR 52.252-2 Clauses Incorporated By Reference The following Department of Defense Supplement (DFARS) clauses apply to this synopsis/solicitation: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights DFARS 252.203-7003 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirement DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements DFARS 252.204-7021 Contract Compliance with the Cybersecurity Maturity Model Certification Level Requirement DFARS 252.215-7008 Only One Offer DFARS 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales DFARS 252.225-7028 Exclusionary Policies and Practices of Foreign Governments DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States DFARS 252.225-7048 Export Controlled Items DFARS 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232.7010 Levies on Contract Payments DFARS 252.244-7000 Subcontracts for Commercial Items Full text of these provisions and clauses, may be obtained by accessing the following internet website: http://www.acq.osd.mil/dpap/sitemap.html BASIS FOR AWARD: The Government anticipates issuing a firm-fixed price contract resulting from this request to the responsible vendor whose quote conforms to the solicitation and whose quote will be in the best interest to the Government; however, the Government reserves the right to cancel, revise and reissue this combined synopsis solicitation if determined to be in the best interest of the Government. The vendor shall conform to the following evaluation factors: Lowest Price Technically Acceptable (LPTA) The LPTA methodology will be the primary basis for evaluating quotes. All quotes will be sorted from lowest total evaluated price to highest total evaluated price. The total evaluated price is the sum of CLINs 0001, 0002, 0003, 0004, 0005 The lowest-priced quote will be evaluated first for technical acceptability. If found technically acceptable, evaluations will stop, and award procedures will commence. If the lowest-priced quote is found technically unacceptable, the next lowest-priced quote will be evaluated. This process will continue until a quote is deemed technically acceptable. By submitting a quote, the vendor acknowledges and agrees to the LPTA evaluation method. Technical Proposal Requirements The vendor shall provide a technical proposal outlining their plan to meet each �shall� statement in the Performance Work Statement (PWS) and System Requirements Document (SRD). The vendor must meet or exceed Government�s requirements as stated in this solicitation, to include the solicitation attachments. Quotations (vendor responses to the solicitation) that do not meet the stated requirements shall be deemed technically unacceptable and shall not be considered for award. The vendor shall submit the following:Technical Proposal, that shall include vendor technical design and programmatic approach. Page count, not to exceed 60 using font 12. Site-level details showing chassis used and free slots. All optical wavelength validated as passthrough (express) or add/drop with the proposed network. Modeling study of bandwidth or capacity utilization. Study validating fiber optic characteristics and loss margins. Itemized Bill of Materials (BOM) Preliminary Project Schedule Completed Verification Cross-Reference Matrix (VCRM) spreadsheet Datasheets for offered equipment Pricing BreakdownThe vendor shall update the provided Vendor Information and Cost Spreadsheet with the vendor�s detailed pricing breakdown for CLINs 0001, 0002, 0003, 0004, and 0005 as defined in Table 1 that supports their proposal. CLIN breakout can also be found in Table 1. Sub CLIN line items are provided as reference to the PWS. The vendor is expected to provide this level of granularity when completing this table. If the vendor�s solution does not entail these subcomponents, please feel free to remove these line items. The Government will assume these types of items will not be provided in the vendor�s solution. Pricing shall include all delivery fees and applicable taxes, if any, and the total evaluated price shall be detailed in Table 1. FMS projects are tax exempt from Value Added Tax (VAT). The following delivery and execution timelines apply: CLIN 0001 (Hardware Delivery): Shall be delivered within 12 months of contract award. CLIN 0002 (Services): Shall be completed within 18 months of contract award. CLIN 0003 (Training): Shall be completed no later than 18 months from contract award. Option CLIN 0004 (Spare Parts): As outlined in PWS Section 3.1.2.4.2, this is a contract option CLIN, executed if deemed necessary by the Government. Shall be delivered within 12 months of contract award. Option CLIN 0005 (Vendor Maintenance Support): As outlined in PWS Section 3.1.2.4.3, Provides an additional 12 months of support after the initial maintenance period expires (30 months from contract award). CLIN 0005 is a contract option requirement and may be executed at Government�s discretion. Inspection and Acceptance: Will occur at the Destination. The Government shall evaluate the quotation for price reasonableness. Certification Requirement The vendor shall provide documentation demonstrating that their installation technicians hold Ciena certifications for the hardware and software configuration of the installed systems. Quote Validity By submitting a quote, the vendor agrees that all quoted prices shall remain valid for 60 days after the solicitation response deadline. Award DeterminationThe award will be made to the responsible vendor whose quote: Conforms to the solicitation requirements. Aligns with negotiated price and other factors as considered by Government. Table 1 - Vendor Information based on CLIN Structure [see Attachment 6] CLIN Description Qty Unit Price Extended 0001 Communications Equipment � PWS Para 3.1 0001AA Main Platform Equipment for 22 sites 1 EA 0001AB Daughter Equipment for 25 sites 1 EA 0001AC Power Equipment for 25 sites 1 EA 0001AD Network Management System (NMS) for 2 locations 1 EA 0002 Services 0002AA Program Management � PWS Para 3.1 1 LO 0002AB Engineering� PWS Para 3.1 1 LO 0002AC Testing / TPP Development � PWS Para 3.1 1 LO 0002AD Logistics Support / Inventory/ Packing / Shipping / Kitting � PWS Para 3.1 1 LO 0002AE Installation / Site Acceptance � PWS Para 3.1 1 LO 0002AF Other Direct Costs (ODC) 1 LO 0003 Training CONUS � PWS Para 3.1.2.3 0003AA Training, Session One, CONUS 1 LO 0003AB Training, Session Two, CONUS 1 LO 0004 Communications Equipment - Spare Parts � PWS Para 3.1.2.4.2 1 EA 0005 Maintenance Support � PWS Para 3.1.2.4.3 1 LO 0006 Contract Data Requirements List - including CDRLs A001-A006, B001-B004, C001-C002, D001-D002, E001-E002, F001, G001-G002, H001 1 LO *NSP* *NSP* Total Extended Price: The Government intends to award without discussions but reserves its right to hold discussions. THIS IS A 100% SMALL BUSINESS SET-ASIDE. ONLY OFFERS FROM SMALL BUSINESSES WILL BE ACCEPTED. IT IS THE VENDORS� RESPONSIBLITY TO PROVIDE THE CURRENT SAM RECORD THAT WILL SHOW COMPANY CURRENT CAGE CODE AND BUSINESS SIZE. FAILURE TO PROVIDE THE INFORMATION MAY RESULT IN THE GOVERNMENT NOT EVALUATING THE PROPOSAL. PROPOSAL SHALL INCLUDE: (1) Solicitation Number and date on cover page with numbered pages; (2) Original letter signed by an individual authorized to bind the organization (include Federal Tax Identification Number, Cage Code and Unique Entity Identifier (UEI)); (3) Business Size, including Small Business list subcategory, if applicable; (4) Schedule of offered services; (5) Representation and Certifications compliant with FAR Clause 52.212-3; (6) Acknowledgement and agreement with amendments, if applicable. Offerors must have a current active registration in the System for Award Management (SAM) prior to proposal submission. The Offeror may register in (SAM) at https://sam.gov. Offeror shall have a current registration in the Wide Area Workflow (WAWF) prior to award. The Offeror may register in WAWF at https://wawf.eb.mil. SUBMISSION OF QUESTIONS: All questions regarding the solicitation must be submitted to Contract Specialist, Nathalie C. Nguyen via email at nathalie.nguyen2.civ@army.mil, no phone calls will be accepted. The Government will answer questions submitted up until Thursday, 10 April 2025. After 10 April 2025, the Government will make every attempt to answer questions; however, cannot guarantee that questions will be answered before the solicitation closes. Answers to any questions posed will be posted publicly on https://sam.gov. The Government has made every attempt to accurately reflect the requirements/information contained in this solicitation. However, if you find any discrepancies between the Executive Summary and the clauses/provisions in the solicitation, the clauses/provisions shall prevail. Contact the Contract Specialist immediately if any discrepancies are found. SUBMISSION OF PROPOSAL: Proposals and any applicable attachments shall be submitted by email only, no later than Noon EDT on Tuesday, 22 April 2025 to Nathalie C. Nguyen at: nathalie.nguyen2.civ@army.mil or Lonny J. Matesky at: lonny.j.matesky.civ@army.mil. Please list solicitation number and vendor name in the email subject line. The use of hyperlinks in proposals are prohibited. Offerors shall be registered users in the System for Award Management (SAM) https://sam.gov prior to submitting proposals. WARNING: Please do not wait until the last minute to submit your proposals! To avoid submission of late proposals, we recommend the transmission of your proposal file 24 hours prior to the required proposal due date and time. SOLICITATION ATTACHMENTS: Attachment 1 � Performance Work Statement (PWS) Attachment 2 � System Requirements Document (SRD) Attachment 3 � Project Annexes Attachment 4 � Contract Data Requirements List (CDRL)s Attachment 5 � Verification Cross-Reference Matrix (VCRM) Attachment 6 � Vendor Information and Cost Spreadsheet Attachment 7 _ Vendor Questions & Answers Attachment 8 _ Combined Synopsis Solicitation_20MAR2025
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ee6bbfe442014fe3b34745c0597ff5f3/view)
 
Place of Performance
Address: AMMAN, JO-AM, JOR
Country: JOR
 
Record
SN07405168-F 20250412/250410230109 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.