SOLICITATION NOTICE
N -- CommScope Cabling and Networking Project - RFP EXIM17Q0056
- Notice Date
- 5/30/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Export - Import Bank of the United States, Office of Contracting Services, Contracting Services, 811 Vermont Avenue, N.W., Washington, District of Columbia, 20571
- ZIP Code
- 20571
- Solicitation Number
- EXIM17Q0056
- Archive Date
- 6/20/2017
- Point of Contact
- Justin Fraser, Phone: 2025653412
- E-Mail Address
-
Justin.Fraser@exim.gov
(Justin.Fraser@exim.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determinations Addendum-Evaluation Criteria Addendum-Instructions to Offerors Addendum-Terms and Conditions Attachment IV-Past Performance Questionnaire Attachment III-Data Drawings Attachment II-BPA Call Order #1 SOW Attachment I-BPA SOW RFP EXIM17Q0056 NOTICE OF COMBINED SYNOPSIS/SOLICITATION ANNOUNCEMENT NUMBER: EXIM17Q0056 POSTING DATE: 5/27/2017 CLOSING DATE: 6/5/2017 (12 PM EST) PROPOSED AWARD DATE: 6/12/2017 CONTACT: Justin Fraser, Contracting Officer Export-Import Bank of the US 811 Vermont Ave., NW Washington, D.C. 20571 Telephone Number: (202) 565-3412 NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE: 238210 SMALL BUSINESS SIZE STANDARD: $15.0 Million This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This combined synopsis/solicitation also incorporates FAR Part 13 Simplified Acquisition Procedures; as supplemented with additional information included in this notice. This combined synopsis/solicitation is being issued as Request for Proposal (RFP) number EXIM17Q0056. This combined synopsis/solicitation document incorporates provisions and clauses and includes amendments through 2005-94,2005-95 FAR revisions effective January 19, 2017, including all FAR Circulars issued as of the date of this synopsis. THIS REQUIREMENT IS SET-ASIDE 100% FOR Small Businesses. The North American Industry Classification System (NAICS) code is 238210, Electrical Contractors and Other Wiring Installation Contractors. The small business size standard is $15.0 million. The purpose of this requirement is to award a BPA and first BPA call order is to provide COMMScope cabling installation service in accordance with the attached Statement of Work (SOW). A copy of the SOW containing more information and an addendum to the terms and conditions of this BPA along with other related attachments are included in this combined synopsis/solicitation. The Government will also be hosting a site visit on May 31 at 2 PM EST at EXIM Bank headquarters. The first BPA call will be issued as a time & materials contract type. The Government will have the option to use either a firm-fixed price or time & materials contract type for subsequent orders under the BPA. Please review the SOW and attachments for more instructions. Contractors shall quote their price in their business proposal as follows and offer a breakdown of their pricing as described in the Addendum to Instructions to Offerors 52.212-1. The total period of performance for this requirement is five years (base period plus four full option periods) and will run from approximately June 12, 2017 through June 11, 2022. Additionally, the first BPA call issued as a result of this BPA will have a period of performance beginning on or about 6/12/17 and ending on or about 6/11/18, however, it is anticipated that the vendor can complete the initial BPA call order sooner than the 12 months EXIM Bank will allot. Please review the SOW and attachments for more instructions. Period Period of Performance Price Base Period: On or about 6/12/17 through on or about 6/11/18 Option Period I: On or about 6/12/18 through on or about 6/11/19 Option Period II: On or about 6/12/19 through on or about 6/11/20 Option Period III: On or about 6/12/20 through on or about 6/11/21 Option Period IV: On or about 6/12/21 through on or about 6/11/22 Vendors shall comply with all applicable Federal, State and Local laws, executive orders, rules and regulations applicable to their performance under this BPA. The following clauses and provisions cited herein are incorporated by reference into this combined synopsis/solicitation and may be obtained from the following website: https://acquisition.gov/far/. The combined synopsis/solicitation incorporates the following provisions: FAR 52.212-1, Instructions to Offerors-Commercial Items (February 2012) (see addendum for more information), FAR 52.212-2, Evaluation-Commercial Items (January 1999) (see addendum for more information), Offerors are advised to provide with their offer a completed copy of the following provisions (if not registered in SAM): FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (December 2012)-With DUNS Number Addendum [52.204-6 (April 2008) FAR 52.216-1 Type of Contract (April 1984), The Government contemplates award of a time & materials BPA call resulting from this solicitation. FAR 52.216-31 Time & Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition (February 2007), FAR 52.217-3, Evaluation Exclusive of Options (April 1984), FAR 52.219-1, Small Business Program Representations (April 2012), FAR 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation (December 2016), FAR 52.225-2, Buy American Certificate (May 2014), FAR 52.236-27 Site Visit (Construction) (February 1995) and Alternate I, with site visits being arranged by Alan Foust at 811 Vermont Ave., NW, Washington D.C. 20571 and available at phone #: 202-565-3312. An organized site visit is schedule for Wednesday, May 31 at 2 PM EST with participants meeting at the EXIM lobby. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (February 1998) The following FAR clauses apply to this acquisition: FAR 52.203-3, Gratuities (April 1984), FAR 52.203-5, Covenant Against Contingent Fees (April 1984), FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (September 2006), FAR 52.203-7, Anti-Kickback Procedures (October 2010), FAR 52.203-8, Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (January 1997), FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (January 1997), FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (October 2010), FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (September 2013), FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (May 2011), FAR 52.204-7, System for Award Management (July 2013), FAR 52.204-9, Personal Identity Verification of Contractor Personnel (January 2011), FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013), FAR 52.204-13, System for Award Management Maintenance (July 2013), FAR 52.209-5, Certification Regarding Responsibility Matters (April 2010), FAR 52.209-6, Protecting the Government's Interests When Subcontracting With Contractors Debarred, Suspended, FAR or Proposed for Debarment (August 2013), FAR 52.209-7, Information Regarding Responsibility Matters (July 2013), FAR 52.211-11, Liquidated Damages -- Supplies, Services, or Research and Development (September 2000), with liquidated damages in the amount of $250 for each calendar day of delay until work is completed or accepted, FAR 52.211-13 Time Extensions (September 2000), FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013), FAR 52.212-4, Contract Terms and Conditions-Commercial Items (February 2012)-With Addenda [Stop Work Order, FAR 52.242-15 (August 1989) and Year 2000 Compliance (July 1997)], FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (January 2013), as well as the following clauses cited therein: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013); FAR 52.209-6, Protecting the Government's Interests When Subcontracting With Contractors Debarred, Suspended, FAR or Proposed for Debarment (August 2013); FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014); FAR 52.219-6 -- Notice of Total Small Business Set-Aside (November 2011); FAR 52.222-3 -- Convict Labor (June 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (January 2014); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (March 2007); FAR 52.222-36, Affirmative Action for Workers with Disabilities (October 2010); FAR 52.222-41 Service Contract Labor Standards (May 2014); FAR 52.222-50, Combating Trafficking in Persons (Mar 2015); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (August 2011); FAR 52.225-1, Buy American Act-Supplies (February 2009); FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013), FAR 52.215-2, Audit and Records-Negotiation (October 2010), FAR 52.215-15, Pension Adjustments and Asset Reversions (October 2004), FAR 52.215-18, Reversion of Adjustment of Plans for Post-Retirement Benefits (PRB) other than Pensions (July 2005), FAR 52.215-19, Notification of Ownership Changes (October 1997), FAR 52.217-8, Option to Extend Services (Nov 1999) with the Contracting Officer able to exercise the option by written notice to the Contractor within 30 days, FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000), with fill-ins of 7 days, 30 days and 60 months respectively, FAR 52.219-1, Small Business Program Representations (April 2012), FAR 52.219-8, Utilization of Small Business Concerns (July 2013), FAR 52.219-9, Small Business Subcontracting Plan (July 2013), FAR 52.219-16, Liquidated Damages-Subcontracting Plan (January 1999), FAR 52.219-28, Post-Award Small Business Program Representation (July 2013), FAR 52.222-2, Payment for Overtime Premium (July 1990), FAR 52.222-50, Combating Trafficking in Persons (February 2009), FAR 52.222-54, Employment Eligibility Verification (August 2013), FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service And Construction Contracts (September 2013), FAR 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011), FAR 52.223-6, Drug-Free Workplace (May 2001), FAR 52.223-10, Waste Reduction Program (May 2011), FAR 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (June 2016), FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (August 2011), FAR 52.223-20, Aerosols (June 2016), FAR 52.223-21, Foams (June 2016), FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), FAR 52.228-5, Insurance-Work on a Government Installation (Jan 1997), FAR 52.232-23, Assignment of Claims (January 1986), FAR 52.232-35, Designation of Office for Government Receipt of Electronic Funds Transfer Information (July 2013), FAR 52.232-38, Submission of Electronic Funds Transfer Information with Offer (July 2013), FAR 52.233-1, Disputes (July 2002), FAR 52.233-3, Protest After Award (August 1996), FAR 52.233-4, Applicable Law for Breach of Contract Claim (October 2004), FAR 52.236-2, Differing Site Conditions (April 1984), FAR 52.236-3, Site Investigation and Conditions Affecting the Work (April 1984), FAR 52.236-5, Material and Workmanship (April 1984), FAR 52.236-6, Superintendence by the Contractor (April 1984), FAR 52.236-7, Permits and Responsibilities (November 1991), FAR 52.236-8, Other Contracts (November 1991), FAR 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements (April 1984), FAR 52.236-10, Operations and Storage Areas (April 1984), FAR 52.236-11, Use and Possession Prior to Completion (April 1984), FAR 52.236-12, Cleaning Up (April 1984), FAR 52.236-13, Accident Prevention (November 1991), FAR 52.236-14, Availability and Use of Utility Services (April 1984), FAR 52.236-15, Schedules for Construction Contracts (April 1984), FAR 52.236-16, Quantity Surveys (April 1984), FAR 52.236-17, Layout of Work (April 1984), FAR 52.236-21, Specifications and Drawings for Construction (February 1997), FAR 52.237-3, Continuity of Services (January 1991), FAR 52.239-1, Privacy or Security Safeguards (Aug 1996) FAR 52.242-2, Production Progress Reports (April 1991), FAR 52.242-13, Bankruptcy (July 1995), FAR 52.242-15, Stop-Work Order (Aug 1989), FAR 52.243-1, Changes -- Fixed-Price (August 1987), FAR 52.243-3, Changes - Time-and-Materials or Labor-Hours (September 2000), FAR 52.244-2, Subcontracts, Alternate I (October 2010), FAR 52.244-5, Competition in Subcontracting (December 1996), FAR 52.245-1, Government Property (January 2017), FAR 52.245-2, Government Property Installation Operation Services (April 2012), FAR 52.246-4, Inspection of Services -- Fixed-Price (August 1996), FAR 52.246-6, Inspection -- Time-and-Material and Labor-Hour (May 2001), FAR 52.246-12, Inspection of Construction (August 1996), FAR 52.246-13, Inspection -- Dismantling, Demolition, or Removal of Improvements (August 1996), FAR 52.246-19, Warranty of Systems and Equipment under Performance Specifications or Design Criteria (May 2011), with a 10 year warranty for the CommScope network service and 30 days for the remaining fill-ins, FAR 52.246-25, Limitation of Liability-Services (February 1997), FAR 52.248-3, Value Engineering - Construction (October 2015), FAR 52.249-3, Termination for Convenience of the Government (Dismantling, Demolition, or Removal of Improvements) (April 2012), FAR 52.252-2, Clauses Incorporated by Reference (February 1998), FAR 52.253-1, Computer Generated Forms (January 1991) *Please see S10 Addendum - EXIM17Q0056 - Terms and Conditions.docx for a few additional clauses and provisions that required additional text All responsible sources having the ability to provide the service described above shall submit a proposal via email to Justin Fraser at Justin.Fraser@exim.gov. RESPONSES ARE DUE BY June 5, 2017 AT 12 PM EST. Questions for this solicitation are due June 1, 2017 at 12 PM EST. All information received will be considered as part of a competitive acquisition. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial proposal(s) is/are fair and reasonable and provide(s) the best value to the government. RFP number EXIM17Q0056 shall be noted on all correspondence relating to this announcement. Inquiries regarding this procurement may be made to Justin Fraser, Contracting Officer, at Justin.Fraser@exim.gov or (202) 565-3412. This notice does not commit the Government to award a contract. NO collect calls will be accepted. NO facsimile transmissions will be accepted. ALL RESPONSIBLE SOURCES MAY SUBMIT A PROPOSAL, WHICH IF TIMELY RECEIVED, SHALL BE CONSIDERED BY THE AGENCY. Attachments- S10 Addendum to 52212-2 Evaluation-Commercial Items.docx S10 Addendum to 52212-1 Instructions to Offerors.docx S10 Addendum - EXIM17Q0056 - Terms and Conditions.docx S01 Wage Determinations.txt ATTACHMENT I: BPA SOW (S01 Attachment I-BPA SOW.docx) ATTACHMENT II: BPA Call Order #1 SOW (S01 Attachment II-BPA Call Order 1 SOW.docx) ATTACHMENT III: Design Specs (S01 Attachment III-Data Drawings - Base Package 001 - EXIM CommScope Data Drops.pdf) ATTACHMENT IV: Past Performance Questionnaire (S10 Attachment IV-Past Performance Questionnaire.docx)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/XMBANK/OAS/CA/EXIM17Q0056/listing.html)
- Place of Performance
- Address: 811 Vermont Ave., NW, Washington, District of Columbia, 20571, United States
- Zip Code: 20571
- Zip Code: 20571
- Record
- SN04526371-W 20170601/170530235427-63a5c1d5febd025d908cdf5a1aac91fa (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 |