SOLICITATION NOTICE
R -- Cable Service Renewal
- Notice Date
- 8/19/2024 4:43:58 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 516210
—
- Contracting Office
- FA8751 AFRL RIKO ROME NY 13441-4514 USA
- ZIP Code
- 13441-4514
- Solicitation Number
- FA875124Q0083
- Response Due
- 8/26/2024 12:00:00 PM
- Archive Date
- 09/30/2024
- Point of Contact
- Tabitha Haggart, Jenna Tarbania
- E-Mail Address
-
tabitha.haggart@us.af.mil, jenna.tarbania@us.af.mil
(tabitha.haggart@us.af.mil, jenna.tarbania@us.af.mil)
- Description
- This is a combined synopsis/solicitation for commercial products and commercial services 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; Offers are being requested and a written solicitation (paper copy) 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.� Solicitation FA875124Q0083 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05 and Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20240729. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as Unrestricted under NAICS code 516210 and small business size standard of $47,000,000 in average annual receipts.������������ The contractor shall provide all items identified in the Performance of Work Statement (Attch #1)� on a firm fixed price basis including the cost of shipping FOB Destination. Complete and include the Bid Schedule (Attch #4) with your offer. Anticipated Period of Performance will be One (1) Base Year plus Four (4) Option Years as follows:� � Base: 30 September 2024 to 29 September 2025 Option 1: 30 September 2025 to 29 September 2026 Option 2: 30 September 2026 to 29 September 2027 Option 3: 30 September 2027 to 29 September 2028 Option 4: 30 September 2028 to 29 September 2029 Billing is requested as monthly in arrears Refer to the attached Performance of Work Statement, (PWS), (Attachment #1) and the RRS Cable TV Components Locations, (Attachment #2), for details of the requirement. SHIP HARDWARE TO: DoDAAC: F4HBL1 CountryCode: USA AFRL RIOLSC AF BPN NO MILSBILLS PROCESSES 148 ELECTRONIC PKWY ROME, NY 13441-4503 UNITED STATES Name, Email address, and Phone number of the end user POC associated with the delivery will be provided via Section F of any award resulting from this solicitation. Used, pre-owned, refurbished, or remanufactured goods will not be accepted.� Items must be factory new. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (NOV 1991). The place of delivery, acceptance and FOB destination point is Rome, NY 13441. INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services (SEP 2023), applies to this acquisition.� Addendum to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3:00 pm EST �26 August 2024. Submit to:� by email to Tabitha.Haggart@us.af.mil Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Products and Commercial Services. (b)(4)� Submit a technical description of the items being offered. (b)(11) 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. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; and waive informalities and minor irregularities in offers received. EVALUATION The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; The Government intends to award to the Lowest Priced Technically Acceptable Offer. In determining required technical acceptability, the Government will evaluate the items offered for compliance with the items listed in the PWS (Attch #1).� All evaluation factors when combined are approximately equal. REPRESENTATIONS AND CERTIFICATIONS Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services as well as the following: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation 252.239-7009, Representation of Use of Cloud Computing For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 5)� TERMS AND CONDITIONS The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services applies to this acquisition. The clause at 52.217-8, Option to Extend Services applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. The clause at 52.217-9, Option to Extend the Term of the Contract applies to this acquisition as follows: �(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.� The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services applies to this acquisition.� (a)�The�Contractor�shall�comply with the following Federal�Acquisition�Regulation (FAR) clauses, which are incorporated in this�contract�by reference, to implement provisions of law or�Executive�orders applicable to acquisitions of commercial�products�and commercial services: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements�(Jan 2017)�(section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its�successor�provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on�Contracting�for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities�(DEC 2023)�(Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on�Contracting�for Certain Telecommunications and Video Surveillance Services or�Equipment�.�(Nov 2021)�(Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on�Contracting�with Inverted Domestic Corporations�(Nov 2015). (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)� (6) 52.233-3, Protest After Award�(Aug 1996)�(�31�U.S.C.�3553). (7) 52.233-4, Applicable Law for Breach of�Contract�Claim�(Oct 2004)�(Public Laws 108-77 and 108-78 (�19�U.S.C.�3805�note))� (b)�The�Contractor�shall�comply with the FAR clauses in this paragraph (b) that the�Contracting Officer�has indicated as being incorporated in this�contract�by reference to implement provisions of law or�Executive�orders applicable to acquisitions of commercial�products�and commercial services: X 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020), (Pub. L. 109-282) (31 U.S.C. 6101 note). X ��52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).� X 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021), (31 U.S.C. 6101 note). X �52.219-28, Post Award Small Business Program Rerepresentation (FEB 2024) (15 U.S.C. 632(a)(2)). X �52.222-3, Convict Labor (Jun 2003) (E.O. 11755) X �52.222-19, Child Labor�Cooperation with Authorities and Remedies (FEB 2024) X �52.222-21, Prohibition of Segregated Facilities (Apr 2015). X ��52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246) X 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212) X ��52.222-36, Equal Opportunity for Workers With Disabilities (JUN 2020) (29 U.S.C. 793) X 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) X 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).� X �52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.�s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) X (55)�52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving�(May�2024)�(�E.O. 13513). X ��52.232-33, Payment By Electronic Funds Transfer�System For Award Management (Oct 2018) (31 U.S.C. 3332) X �52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67) X �52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) This Statement is for Information Only. It is not a Wage Determination 23183 Electronics Technician Maintenance III, WG 10/2 � $30.73 + $4.98 = $35.71 X 52.222-55, Minimum Wages Under Executive Order 14026 (JAN 2022) X �52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022)� The following additional FAR and FAR Supplement provisions and clauses also apply: (reference FAR 12.301) X 52.204-16, Commercial and Government Entity Code Reporting� (AUG 2020) X �52.204-18, Commercial and Government Entity Code Maintenance �(AUG 2020) X �52.204-21, Basic Safeguarding of Covered Contractor Information Systems� (NOV 2021 X �52.204-22, Alternative Line Item Proposal �(Jan 2017) X 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984) X �52.247-34, FOB Destination� (Nov 1991) X 52.252-1 Solicitation Provisions Incorporate by Reference (FEB 1998) X 52.252-2 Clauses Incorporated by Reference� (FEB 1998) X 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181) X 252.203-7002 Requirement to Inform Employees of Whistleblower Rights.� (SEP 2013) X 252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022) X 252.204-7003 Control of Government Personnel Work Product� (APR 1992) X 252.204-7004 DoD Antiterrorism Awareness Training for Contractors (JAN 2023) X 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) X 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (MAY 2024) (DEVIATION 2024-O0013) X �252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023) X �252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services� (JAN 2023) X 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2023) X 252.204-7020, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2023) X �252.204-7024, Notice on the Use of the Supplier Performance Risk System (MAR 2023) X 252.209-7004�Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism (MAY 2019 X �252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. (JAN 2023) X 252.223-7008, Prohibition of Hexavalent Chromium� (JAN 2023) X 252.225-7012, Preference for Certain Domestic Commodities (APR 2022) (10 U.S.C. 2533a) X �252.225-7048 Export-Controlled Items� (JUN 2013) X 252.225-7055,�Representation Regarding Business Operations with the Maduro Regime (JAN 2023) X 252.225-7055,�Representation Regarding Business Operations with the Maduro Regime X �252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023) X 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation. (JUN 2023) X 252.225-7060,�Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region. (JUN 2023) X �252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (MAY 2020) (DEVIATION 2020-O0015) X 252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation (MAY 2020) (DEVIATION 2020-O0015) X �252.232-7003, Electronic Submission of Payment Requests and Receiving Reports� (DEC 2018) (10 U.S.C. 2227) X �252.232-7006, Wide Area Workflow Payment Instructions (JAN 2023) X �252.232-7010, Levies on Contract Payments� (DEC 2006) X 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (JAN 2023) X 252.239-7010, Cloud Computing Services (JAN 2023) X 252.239-7017, Notice Of Supply Chain Risk (DEC 2022) (Section 806 of Pub. L. 111-383) X 252.239-7018, Supply Chain Risk (DEC 2022) (Section 806 of Pub. L. 111-38) X 252.244-7000, Subcontracts for Commercial Products and Commercial Services (NOV 2023) X 252.246-7008, Source of Electronic Parts (JAN 2023) X �252.247-7023, Transportation of Supplies by Sea � Basic (JAN 2023) (10 U.S.C. 2631(a)) X 5352.223-9001, Health and Safety on Government Installations (JUL 2023) X 5352.201-9101, Ombudsman (JUL 2023) is hereby incorporated into this solicitation.� The Ombudsman for this acquisition is: Ombudsman: AFRL/PK Director, Alternate Ombudsman: AFRL/PK Deputy Director, 1864 Fourth Street, WAFB OH 45433, Phone: (937) 904-9700, FAX: (937) 656-7321, Email: afrl.pk.workflow@us.af.mil 5352.242-9000, CONTRACTOR�ACCESS TO AIR FORCE INSTALLATIONS (OCT 2019) (a)�The contractor shall obtain base identification and vehicle passes,�if required, for all contractor personnel who make frequent visits to�or perform work on the Air Force installation(s) cited in the�contract. Contractor personnel are required to wear or prominently�display installation identification badges or contractor-furnished,�contractor identification badges while visiting or performing work on�the installation. (b)�The contractor shall submit a written request on company letterhead�to the contracting officer listing the following: contract number,�location of work site, start and stop dates, and names of employees�and subcontractor employees needing access to the base. The letter�will also specify the individual(s) authorized to sign for a request�for base identification credentials or vehicle passes. The�contracting officer will endorse the request and forward it to the�issuing base pass and registration office or Security Forces for�processing. When reporting to the registration office, the�authorized contractor individual(s) should provide a valid driver s�license, current vehicle registration, valid vehicle insurance�certificate to obtain a vehicle pass. (c)�During performance of the contract, the contractor shall be�responsible for obtaining required identification for newly assigned�personnel and for prompt return of credentials and vehicle passes for�any employee who no longer requires access to the work site. �(d)�When work under this contract requires unescorted entry to controlled�or restricted areas, the contractor shall comply with� with�AFI�31-101, Integrated Defense, and�DODMAN5200.02_AFMAN�16-1405, Air Force Personnel�Security Program. (e)�Upon completion or termination of the contract or expiration of the�identification passes, the prime contractor shall ensure that all�base identification passes issued to employees and subcontractor�employees are returned to the issuing office. (f)�Failure to comply with these requirements may result in withholding�of final payment. �(End�of clause) All responsible organizations may submit a quote, which shall be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/321d19e8bd88481f918be303456f1b3a/view)
- Place of Performance
- Address: Rome, NY 13441, USA
- Zip Code: 13441
- Country: USA
- Zip Code: 13441
- Record
- SN07175792-F 20240821/240819230115 (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 |