SOLICITATION NOTICE
D -- Bldg 85 Conex Farm Fiber Installation
- Notice Date
- 4/24/2025 12:16:38 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
- ZIP Code
- 32542-5418
- Solicitation Number
- FA282325Q0039
- Response Due
- 5/15/2025 10:00:00 AM
- Archive Date
- 05/30/2025
- Point of Contact
- Kristina B. Brannon
- E-Mail Address
-
kristina.brannon.1@us.af.mil
(kristina.brannon.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commodities 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 written solicitation will NOT be issued. This is a competitive Request for Quote (RFQ) and the solicitation number for this requirement is FA2823-25-Q-0039. The Operational Contracting Division, Air Force Test Center at Eglin, AFB, Florida, requires fiber installation in accordance with the Performance Work Statement dated 11 April 2025. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, as supplemented. This procurement will be conducted as a 100% Small Business set-aside; please identify your business size in your response based upon this standard. Award will be made to the lowest priced, responsible Offeror whose offer conforms to all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements. There will be no advanced payments. The North American Industry Classification System code (NAICS) is 237130 Power and Communication Line and Related Structures Construction, with a size standard of $45M. A firm-fixed priced purchase order will be awarded. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. The Government is not responsible for any costs incurred or associated with preparation and submission of an offer in response to this solicitation. NO OFFERORS WILL BE COMPENSATED FOR SUBMITTING AN OFFER. REQUIREMENT: CLIN 0001: (FIRM-FIXED PRICE) Fiber Installation in accordance with the PWS dated 11 April 2025 (Qty 1 Job) *Please specify in your quote the lead time to complete the installation once Awardee has received the executed purchase order. *Please provide terms of any expressed warranty being offered and any price/discount terms. The offer is not required to be submitted on the SF1449 and can be submitted in the Offeror�s standard quotation format. If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. The Contracting Officer has determined that there is a high probability of adequate price competition for this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer�s opinion, adequate price competition exists no additional price information will be requested. However, if at any time during the evaluation the Contracting Officer determines that adequate price competition no longer exists, Offerors may be required to submit information to the extent necessary to determine the price fair and reasonable. BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the lowest priced offeror that meets the minimum technical requirements. Offeror will be evaluated in accordance with FAR 13.106-2(b) and as specified in FAR 52.212-2 of the SF1449. See 52.212-1 Addendum in the SF1449 for submission instructions. See 52.212-2 Addendum in the SF1449 for evaluation criteria. Discrepancies and Ambiguities in the Solicitation: If an Offeror believes the requirements in these instructions contain an error, omission, ambiguity, or are otherwise unsound, the Offeror shall immediately notify the Contracting Officer (CO) in writing with supporting rationale as well as the remedies the Offeror is asking the CO to consider as related to the omission or error NO LATER THAN FIVE (5) CALENDAR DAYS AFTER THE FORMAL RFQ RELEASE. Exceptions to the Solicitation: Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Each exception shall be specifically related to each paragraph and/or specific part of the solicitation to which the exception is taken. Offerors shall provide rationale in support of the exception and fully explain its impact, if any, on the performance, schedule, and specific requirements of the solicitation. As award without discussions is contemplated, Offerors are cautioned that if the Government does not agree with the Offeror�s exception to the solicitation, the Offeror could be deemed non-responsive and therefore unawardable. Section K Representations and Certifications: Complete the representations and certifications in Section K of the SF1449 or the System for Award Management (SAM). Supplier Performance Risk System: DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System (SPRS). The Supplier Risk tool scores vendors on DoD-wide contract performance and assesses the probability that an award made to a supplier is going to result in unsuccessful performance or will result in supply chain risk. The Supplier Risk assessment will only be pulled for the Awardee before award and used to determine the Awardee responsible under FAR 9.104-1. Offerors do not need to provide anything for this assessment. NIST SP 800-171 Compliance: DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements and 252.204-7020 NIST SP 800-171 DoD Assessment Requirements are required by the prescription to be included in the solicitation/award. There is not any Controlled Unclassified Information involved with this effort therefore NIST SP 800-171 DoD Assessments will not be pulled. Section 889 Compliance: Offerors cannot provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. Offerors must certify in FAR 52.204-26 of the SF1449 or in their SAM profile. All offers must list the solicitation number, CAGE code, Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINES: A site visit will be held at 09:00 A.M. Central Standard Time on 07 May 2025. Attendance is not mandatory to quote. Those who will be attending need to send the attendee�s full name and date of birth so a base access pass may be obtained. This information is required no later than 12:00 PM Central Standard Time on 02 May 2025 in order to allow 96 SFS time to process. Contractors with retiree or dependent cards are not supposed to use them for official duty on the base. Please send a list of ALL attendee information to kristina.brannon.1@us.af.mil. Please see attached map to Bldg 85 (Attachment #5). Visitors will meet at the loading dock behind Bldg 85. Submit any questions to the attention of Kristina B. Brannon by email to kristina.brannon.1@us.af.mil no later than 12:00 PM Central Standard Time on 12 May 2025. Offers are due no later than 12:00 PM Central Standard Time on 15 May 2025. Attachments: 1. Statement of Work dated 11 April 2025 2. 96 CS Cyber Infrastructure Standards and Installation Specifications dated February 2025 3. Wage Determination 15-4531 Revision 29 dated 23 December 2024 4. SF1449 Solicitation 5. Bldg 85 Site Visit Map Amendment #1 24 Apr 2025: This amends the solicitation to change the NAICS and size standard, and adds an attachment to show the location of the site visit; see Amendment 0001 of the SF1449. This amendment also adds the cumulative Requests for Information and Government responses as of 24 April 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f0e331e422924178b02caca0f3838ca9/view)
- Place of Performance
- Address: Eglin AFB, FL 32542, USA
- Zip Code: 32542
- Country: USA
- Zip Code: 32542
- Record
- SN07420040-F 20250426/250424230045 (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 |