Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA481419TF066
This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This a...
This is a combined synopsis/solicitation for commercial products 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 Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items, and the solicitation number FA481419TF066 which is 100% set-aside for Small Business. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: provide on-site support for installation, termination and testing of Single and Multi-mode fiber through existing protected distribution system (PDS) duct work (between Bldg. 578 to SOCOM and CENTCOM to SOCOM) in accordance with the attached Statement of Work. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 effective 20 December 2018, DFAR DPN 20190215, and AFFAR AFAC 2018-0525. The North American Industry Classification System code (NAICS) is 238210, with a Small Business Size Standard of $15,000,000.00 annually. This requirement is being solicited as a 100% small business set-aside. A firm fixed price contract will be awarded. DESCRIPTION OF REQUIREMENT: provide on-site support for installation, termination and testing of Single and Multi-mode fiber through existing protected distribution system (PDS) duct work (between Bldg. 578 to SOCOM and CENTCOM to SOCOM) in accordance with the attached Statement of Work. SEE ATTACHMENT 1, CLIN STRUCTURE AND ATTACHMENT 2, STATEMENT OF WORK FOR FULL DETAILS OF SUPPLIES AND/OR SERVICES REQUIRED. Evaluation Process: All offers will be sent to the technical advisor for review, must meet the Statement of Work provided. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Price 2) Technical Price - Received quotes will be ranked and arranged by price (lowest first) before the Government assesses technical capability. Rankings/arrangemnt will based on total price inclusive of transportation charges from the shipping point of the supplier to the delivery destination. Technical - As part of an offerors technical response, specific evidence must be provided reflecting a complete understanding of the Statement of Work. Technical acceptability of end product will be determined by a government evaluator IAW Table A-1 (as provided below). If the lowest priced offeror is rated "Unacceptable", they will be removed from consideration and the governement will proceed evaluation of the next lowest priced offeror until an "acceptable" offeror is found or until all offerors are evaluated. Table A-1. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Technical response provides specific evidence that the offerors understands all requirement of the SOW. Unacceptable Technical response does not provides specific evidence that the offerors understands all requirement of the SOW. ADDITIONAL INFORMATION: Your quote must list your DUNS number and CAGE code with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the 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. DEADLINE/POINTS OF CONTACT: Offers are due on Wednesday, 03 April 2019 at 1:00p.m. Eastern Time. Any site visit requests must be asked before Monday, 25 March 2019. Any questions regarding this solicitation must be submitted by Monday, 01 April 2019 by 1:00pm. Submit offers or questions to the attention of SSgt Yonathan Hailé by email to yonathan.haile@us.af.mil Attachments: 1. CLIN Structure 2. Statement of Work 3. Clauses