(Network infrastructure cabling services
70B03C19Q00000212 - Peace Bridge Wireless Project (BUF003A) (Network infrastructure cabling services) This is a combined synopsis/solicitation for commercial items prepared in accordance with the form... 70B03C19Q00000212 - Peace Bridge Wireless Project (BUF003A) (Network infrastructure cabling services) 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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 70B03C19Q00000212 and is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 238210. This procurement shall be Open Market. All qualified, responsible sources may submit an offer that shall be considered by the agency. Offerors are advised that they are responsible for obtaining amendments. The Department of Homeland Security (DHS), Customs and Border Protection (CBP) intends to award a Firm Fixed Price Purchase Order for the procurement of Network infrastructure cabling services for the Peace Bridge Port of Entry. It is required that all contractors submitting a quote review the attached STATEMENT OF WORK (SOW) to review all requirements. All contractors submitting a quote shall be required to meet the requirements found in the SOW. PLACE OF PERFORMANCE: U.S. Customs and Border Protection Buffalo Field Office, Office of Field Operations Peace Bridge Port of Entry (BUF003A) 956 Busti Ave. Buffalo, NY 14213 PERIOD OF PERFORMANCE: Installation shall be complete within 30 days of award. SITE VISIT REQUIREMENTS: • A site visit and walk through is REQUIRED before the submission of quotes. • This site visit is limited to key personnel from each organization that will be performing the work on this requirement. • All requests to schedule the site visit must be submitted in email to the following Contracting Points of Contact: Roderick A Shephard, Field Technology Officer: Roderick.Shephard@dhs.gov Darius J. Washington, Field Technology Officer: Darius.J.Washington@cbp.dhs.gov • Contracting Officer Vivienne Herdman must also be CCed on all site visit email requests: Vivienne.C.Herdman@CBP.DHS.GOV • Site Visits must be scheduled by August 14, 2019 at 2PM Eastern Time. • Notification of attendance shall include the full name of the attendee(s), phone number, email address, the name of the Company which they represent, date of birth of attendee(s), and proof of US citizenship for attendee(s). • Arrival Location: Confirm Meeting location upon site visit scheduling. U.S. Customs and Border Protection Buffalo Field Office, Office of Field Operations Peace Bridge Port of Entry (BUF003A) 956 Busti Ave. Buffalo, NY 14213 The Service Contract Act (SCA) Wage Determination (WD) 2015-4147, Rev 13 is applicable to this requirement. Offerors interested in this acquisition may participate by submitting your response in accordance with the instructions included herein. The RFQ due date is no later than Sunday, August 18th, 2019 at 5:00PM Eastern Time. Submission shall be via email to the contracting officer listed in the quote submission section below. It is the offeror's responsibility to read the RFQ and all related documents carefully and completely, to ensure the Government receives their submission on or before the date/time specified. Offerors must complete and sign Blocks 13, 14, 15, and 16 on page one of this SF 18 form (RFQ Packet), and are required to submit the first page of the RFQ packet as well as a technical quote and a price quote to Government officials for the purposes of assuring the prospective contractor has a complete understanding of the scope of this effort and has the capability to complete all statement of work (SOW) requirements. The contract will be awarded to the lowest price technically acceptable. Quotes that are incomplete, unsigned, or late will not be considered The contractor selected for award MUST register in System for Award Management (SAM) at https://www.sam.gov/portal/SAM/#1 and receive payment via Electronic Funds Transfer (EFT) as a condition of the contract. Registration in SAM requires a valid Dun & Bradstreet (DUNS) number. No award can be made to a vendor not registered in SAM. DELIVERY OF SUBMITTALS: Offerors must complete and submit the first page of the RFQ packet as well as a technical quote and a price quote. All Quote documents must be RECEIVED through email by the contracting officer no later than Sunday, August 18th, 2019 at 5:00PM Eastern Time Eastern Time (Indianapolis). No phone calls will be accepted. Any questions must be submitted through email. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective vendors. Late submissions will not be accepted. The electronic submission should be addressed to the contracting officer Vivienne Herdman via email to Vivienne.C.Herdman@CBP.DHS.GOV. QUOTE SUBMISSION REQUIREMENTS: A. General Information: The vendor shall submit electronic copies of the technical and price quotes via email to Vivienne.C.Herdman@CBP.DHS.GOV no later than (NLT) Sunday, August 18th, 2019 at 5:00PM Eastern Time. All quotes shall include: A. Tax Identification Number (TIN) B. Dun & Bradstreet Number (DUNS) C. North American Industrial Classification System (NAICS) D. Contact Name E. Contact Email Address F. Contact Phone Number G. Contact Fax Number H. Complete Business Mailing Address Please ensure that your firm is SAM certified (http://www.sam.gov). The following information shall be included in each set of submitted quote and labeled accordingly: B. Submission Requirements: Price Quote - Factor 1 All pricing shall be submitted as a firm fixed price inclusive of all requirements listed in the statement of work. NOTE: THE GOVERNMENT SHALL NOT COMPENSATE THE VENDOR FOR ANY QUOTE DEVELOPMENT COSTS RELATED TO THIS SOLICITATION. Technical Approach - Factor 2 The technical approach shall include: (1) Equipment compatibility with CBP's current equipment (2) The vendor shall have understanding of the requirements defined in the SOW. This documentation can be in the form of a written narrative, but in no instance shall the documentation exceed 15 pages. ASSUMPTIONS, CONDITIONS, OR EXCEPTIONS Vendors must submit, under separate cover, all (if any) assumptions, conditions, or exceptions with any of the terms and conditions of the SOW. If not noted in this section of your quotation, it will be assumed that the offeror proposes no assumptions for award, and agrees to comply with all of the terms and conditions as set forth herein. It is not the responsibility of the Government to seek out and identify assumptions, conditions, or exceptions buried within the Offeror's quote. BASIS FOR AWARD The Government will award a Firm Fixed Price Purchase Order (PO) resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the lowest price technically acceptable. The following factors shall be used to evaluate quotations: Factor 1 - Price Factor 2 - Technical Approach The Government intends to evaluate quotes and award without discussions with vendors. Therefore, the vendor's initial quote should contain the vendors 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. POINTS OF CONTACT Contracting POCs Mrs. Vivienne Herdman Border Enforcement Contracting Division Contracting Officer Vivienne.C.Herdman@CBP.DHS.GOV CONTRACT MANAGEMENT Notwithstanding the Contractor's responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. Communications pertaining to the contract administration will be addressed to the Contracting Officer. No changes to the statement of work are authorized without a written modification to the contract executed by the Contracting Officer. The Contractor is advised that only the Contracting Officer can change or modify the contract terms or take any other action, which obligates the Government. No changes to the statement of work, contract terms, or conditions are authorized without a written modification to the contract executed by the Contracting Officer. Contractors who rely on direction from other than the Contracting Officer do so at their own risk and expense. Such actions do not bind the Government contractually. Any contractual questions shall be directed to the contracting officer, Vivienne Herdman via email Vivienne.C.Herdman@CBP.DHS.GOV. ATTACHMENTS 1. Statement of Work (SOW) 2. Wage Determination 2015-4147 Rev. 13 3. Contractor Insurance Requirements
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »