SOLICITATION NOTICE
60 -- FY24 Joint Base Charleston NPTU Fiber Optic Cable
- Notice Date
- 6/11/2024 10:35:00 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335921
— Fiber Optic Cable Manufacturing
- Contracting Office
- FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
- ZIP Code
- 29404-5021
- Solicitation Number
- FA441824Q0033
- Response Due
- 6/26/2024 11:00:00 AM
- Archive Date
- 07/11/2024
- Point of Contact
- Tatyana Verenich, Phone: 843-963-5162, Morgan Thulin, Phone: 843-963-5158
- E-Mail Address
-
tatyana.verenich@us.af.mil, morgan.thulin@us.af.mil
(tatyana.verenich@us.af.mil, morgan.thulin@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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 requested and a written solicitation will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.� The synopsis/solicitation reference number is FA441824Q0033 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination synopsis/solicitation that will be used to submit quotes. � This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This acquisition is solicited as an 100% Small Business Set-Aside.� The applicable NAICS code is 335921 with a size standard of 1,000 Employees. All responsible sources may submit a quotation using the attached Request for Quote (RFQ). Contractor shall submit a quote for the delivery of a Fiber Optic Cable needed to support the Joint Base Charleston Nuclear Power Training Unit (NPTU). The contractor shall provide all items identified in the attached form which includes a list of the required items on a firm fixed price basis including the cost of shipping FOB Destination. Please see Attachment No. 1 � NPTU Fiber Optic Cable for the specific requirement information/salient characteristics. �The government intends to issue one award as a result of this solicitation. The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: https://www.acquisition.gov/) FAR 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services (Sep 2023) Price - Offerors shall submit their quotation using the Attachment No. 2 � FY24 JB CHS NPTU Fiber Optic Cable Request For Quote. Technical � Offerors must test the cable continuity and attenuation for verification of being within Fiber Db loss standards for a single cable and the test results shipped with cable which they offer under RFQ Attachment No. 2 FAR 52.212-2, Evaluation - Commercial Products and Commercial Services (Nov 2021) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer represents the Lowest Priced Technically Acceptable offer conforming to the solicitation and will be considered as the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: Price. The Government will evaluate the total price of the offer for award purposes. Technical capability of the item offered to meet the Government requirement. The Government will award a contract to the lowest priced technically acceptable offer. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Products and Commercial Services (Nov 2023) or complete electronic annual representations and certifications at the System for Award Management� http://www.sam.gov The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (Dec 2023), applies to this acquisition.�� The following additional FAR clauses cited in the clause are applicable to this acquisition: (9) FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (18) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (26) (i) 52.219-28, Post Award Small Business Program Rerepresentation (Feb 2024) (30) 52.219-33, Nonmanufacturer Rule (Sep 2021) (31) 52.222-3, Convict Labor (Jun 2003 (32) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2024). (33) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (34) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246). (39) 52.222-50, Combating Trafficking in Persons (Nov 2021) (48) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)252 (55) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (62) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) The following additional clauses are applicable to this procurement (not all inclusive). FAR 52.201-1 Acquisition 360: Voluntary Survey (Sep 2023) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (Dec 2023) FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023) FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (Dec 2016) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec 2022) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022) DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023) DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (May 2021) DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023) DFARS 252.204-7022 Expediting Contract Closeout (May 2021) DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System (Mar 2023) DFARS 252.211-7003 Item Unique Identification and Valuation (Jan 2023) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jan 2023) DFARS 252.225-7000 Buy American--Balance of Payments Program Certificate (Feb 2024 DFARS 252.225-7001 Buy American and Balance of Payments Program (Feb 2024) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Mar 2022) DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (May 2022) DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation (Jun 2023) DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (Jan 2023) DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (Jun 2023) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (Jan 2023) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.244-7000 Subcontracts for Commercial Products or Commercial Services (Nov 2023) DFARS 252.247-7023 Transportation of Supplies by Sea (Jan 2023) DAFFARS 5352.201-9101 Ombudsman 5352.201-9101 OMBUDSMAN (Jul 2023) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/FLDCOM/DRU/DAFRCO ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for further consideration to the Department of the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of clause) Defense Priorities and Allocations System (DPAS):� N/A Response to this combined synopsis/solicitation must be received via email, mail, or delivery by 26 Jun 2024, no later than 2:00 PM EST.� Requests should be marked with solicitation number FA441824Q0033.� Address questions to Tatyana Verenich, Contract Specialist, at (843) 963-5162 or Tatyana.Verenich@us.af.mil. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cec7a957d01b4c2490bc157491e1ebf0/view)
- Place of Performance
- Address: Charleston AFB, SC 29404, USA
- Zip Code: 29404
- Country: USA
- Zip Code: 29404
- Record
- SN07093635-F 20240613/240611230130 (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 |