Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2016 FBO #5355
SOLICITATION NOTICE

70 -- Provide and Install Voice (Telecomms), Computer, and Network Wiring and Cabling for JTAGS IQT/ITS, Colorado Springs, CO - Attachments

Notice Date
7/20/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W91260) SMDC-CS, 350 Vandenberg St., Building 3, Peterson AFB, Colorado, 80914, United States
 
ZIP Code
80914
 
Solicitation Number
W91260-16-T-0005
 
Point of Contact
George P. Knowlton, Phone: 7195541967
 
E-Mail Address
george.p.knowlton.civ@mail.mil
(george.p.knowlton.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
JTAGS IQT -Telecom Backboard and Cage 2 JTAGS IQT MM Commo 6 JTAGS IQT MM Commo 5 JTAGS IQT MM Commo 4 JTAGS IQT MM Commo 1 Commo Antenna and Encl Bldg 20K Single PP Slide Yard - Site Bldg 20K Telcom Backboard and Cage Wage Det SOW This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, 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 solicitation is issued as Request for Quote (RFQ) Number W91260-16-T-0005 and is a 100% small busines set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, effective 14 July 2016. NAICS number is 238210. Business Size Standard is $15.0M. DESCRIPTION: Provide and install voice (telecommunications), computer, and network wiring and cabling for the U.S. Army Space and Missile Defense Command/Army Strategic Forces Command (SMDC/ARSTRAT), Joint Tactical Ground Station (JTAGS) Initial Qualification Training (IQT)/Institutional Training Suite (ITS) located in Building 20K (2525 Aviation Way), Colorado Springs, CO 80916. The following specifications are issued as Brand Name or equal specifications. With that, the term "or equal" is not added to each item/component description, but is instead stated here and applied to all items and components discussed hereafter. Offerors shall structure their quote to include a price for: Contract Line Item Number (CLIN) 0001: Contractor shall provide and install voice (telecommunications), computer, and network wiring and cabling for the U.S. Army SMDC/ARSTRAT, JTAGS IQT/ITS located in Building 20K (2525 Aviation Way), Colorado Springs, CO 80916, to include all associated parts, components, hardware, cables, wire, and connectors, and assembly, installation, configuration, terminations, and testing as stated; in accordance with the attached Statement of Work (SOW) dated 19 July 2016. All items and quantities are desired to be delivered FOB Destination and the entire installation project is required to be completed no later than within thirty (30) calendar days after date of contract award. Delivery/Acceptance point is JTAGS IQT/ITS, Building 20K 2525 Aviation Way, Colorado Springs, CO 80916. Site Vist: A mandatory site visit walkthrough for JTAGS IQT/ITS located in Building 20K (2525 Aviation Way) is scheduled to be held on Thursday, 28 July 2016, at 9:30 AM (Mountain Time). Offerors who will attend the site vist must submit a written visit request to George Knowlton via email on their respective company letterhead by no later than 4:00 PM (Mountain Time) on Wednesday 27 July 2016. Offerors written visit requests must include the full name of the individual(s) who will attend the site visit, their social security number, date of birth, place of birth, whether they are a US citizen or citizen of a foreign country, and drivers license number and state. The meeting location for the site visit is the main entrance area of Building 20K (2525 Aviation Way), Colorado Springs, CO 80916. QUOTE PREPARATION INSTRUCTIONS: FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition, with the following addenda: Per FAR 12.603(b) the Standard Form (SF) 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its quote firm for 60 days after Government receipt of quotes. Quotes citing products or services offered under the terms of a Federal Supply Schedule (FSS) contract must include GSA contract number and terms. A copy of the pertinent pages of the FSS shall be provided with the offeror's quote to verify the offeror is an authorized agent/supplier under the FSS. Delivery and installation of the voice (telecommunications), computer, and network wiring and cabling shall be in accordance with the attached Statement of Work (SOW). The offeror shall clearly articulate and demonstrate how the products, materials, or items and installation work or services proposed meet the requirements set forth herein and in the SOW as part of their quote; regardless of how offered (e.g., open market, Federal Supply Schedule). Prices shall be structured in accordance with the CLIN structure stated above and offerors need to ensure they provide a price for CLIN 0001. The offeror must provide its itemized quote for the subject wiring and cabling installation requirement in full. Offeror's quote must include, but not limited to, offeror's proposed project construction or installation plan and schedule, along with itemized labor, parts, materials and miscellaneous cost breakdown necessary to complete the project. The offeror's construction or installation plan and schedule must show all aspects of the offeror's proposed work, to include but not limited to, ordering and delivery of materials, identification of any long lead time items or materials that may negatively impact the expected install timeframe for the project, rental of equipment, delivery of materials and equipment to site, pulling wires and cables, installation of wiring and cabling, installation of the 2 server room racks, terminations, testing and closeout. The offeror's quote must include an itemized list of materials, equipment and supplies proposed to be used for the project and must include a breakdown of labor hours proposed by trade, i.e. journeyman electrician, electrician apprentice, laborer, etc. The offeror's quote must also specify who will do the work, i.e. self- performance or subcontract to another contractor and ensure that all work proposed is to be done in accordance with (IAW) federal, state, local codes and industry standards. The offeror shall provide quote information (e.g., catalog cut sheets, etc.) that substantiates the equivalency of the products offered to the products stated herein or in the SOW if offeror's quote offers alternative brand or substitute products. The Offeror shall provide a minimum of 3 references to which the same or similar products and services have been delivered within the last 2 years. References shall include the product/services delivered, contract number, date of contract award, date of acceptance by the receiving organization, contracting office point of contact, technical office point of contact, current telephone and fax numbers for both, and statement regarding problems with the product, contract and/or delivery. Special attention is directed to FAR 52.212-1(b). Failure to submit the information set forth herein for the evaluation may render the quote non-responsive. The Government will only consider the information provided in the offeror's quote. Contract award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their quote. Catalog cut-sheets, system design and configuration drawings or layouts, and other information required to substantiate the offeror's claims shall be provided with the offeror's quote if applicable. Manufacturer's standard commercial warranty is desired. See in this respect DFARS 52.211-7003, Brand Name or Equal. Quotes are due by no later than 1:00 p.m. (Mountain Time), on 2 August 2016. Contract award is anticipated to be made no later than 9 August 2016. Basis for Award: All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) Technical - technical acceptability and capability of the products, materials, or items and installation work or services offered to meet the Government requirement; (2) Delivery Schedule - an acceptable construction or installation plan and schedule included with offeror's quote and ability to meet the required installation delivery (completion) date for the project or the ability to complete the project within the required time-frame specified for the project (3) Past Performance - ability to consistently deliver and install same or similar voice (telecommunications), computer, and network wiring and cabling in a timely and satisfactory manner and (4) Total Proposed Price, inclusive of warranty price - most advantageous price considering all other factors; Evaluation Criteria is listed in descending order of importance. Wage Determination: Department of Labor (DOL) Wage Determination No. 2015-5417, Revision 2, dated 12/29/2015, establishes the minimum wage and health and welfare for CO, Colorado Springs area, and is incorporated into and made a part of this solicitation and will be incorporated and made a part on the resultant contract in accordance with FAR clause 52.222-41, Service Contract Labor Standards. A copy of the subject wage determination is included as attachment to this solicitation. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer if the Offeror's FAR 52.212-3, Representations and Certifications--Commercial Items, are not current or up to date in System for Aware Management (SAM) system. The most current versions of the following Federal Acquisition Regulation (FAR) clauses are applicable to this acquisition: 52.202-1, Definitions 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION 2013-O0019) 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor -- Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-41, Service Contract Labor Standards 52.222-50, Combating Trafficking in Persons 52.222-55, Minimum Wages Under Executive Order 13658 52.223-6, Drug-Free Workplace 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications 52.227-1, Authorization and Consent 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement 52.227-3, Patent Indemnity 52.227-14, Rights in Data--General 52.227-15, Representation of Limited Rights Data and Restricted Computer Software 52.232-1, Payments 52.232-33, Payment by Electronic Funds Transfer--System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations 52.233-1, Disputes 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.252-2, Clauses Incorporated by Reference The most current versions of the following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.204-7004 Alt A, System for Award Management Alternate A 252.227-7013, Rights in Technical Data--Noncommercial Items 252.227-7014, Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation 252.227-7016, Rights in Bid or Proposal Information 252.227-7017, Identification and Assertion of Use, Release, or Disclosure Restrictions 252.227-7019, Validation of Asserted Restrictions--Computer Software 252.227-7028, Technical Data or Computer Software Previously Delivered to the Government 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.247-7023, Transportation of Supplies by Sea Quotes sent via the US Postal Service should be mailed to ACC - Redstone, ATTN: CCAM-CAC (George Knowlton), 350 Vandenberg Street, Peterson AFB, Colorado 80914. All quotes or proposals not sent through the US Mail will be considered hand carried and subject to FAR 15.208. Quotes may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due the date and time set for receipt of quotes - see also in this respect FAR 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring quotes or proposals are received no later than 1:00 PM (Mountain Time) on 2 August 2016. The point of contact for all information regarding this acquisition is George Knowlton at (719) 554-1967, fax (719)554-8442 or at e-mail george.p.knowlton.civ@mail.mil. Response sent to any other email address will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0edce677c23a7d413e8645a5912627b4)
 
Place of Performance
Address: 2525 Aviation Way, Colorado Springs, Colorado, 80916, United States
Zip Code: 80916
 
Record
SN04188973-W 20160722/160720234315-0edce677c23a7d413e8645a5912627b4 (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 |
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.