Federal Bid

Last Updated on 12 Oct 2017 at 8 AM
Combined Synopsis/Solicitation
Cape canaveral Florida

AMRS CCAFS UPGRADE

Solicitation ID FA2521-17-Q-B-B238
Posted Date 25 Sep 2017 at 2 PM
Archive Date 12 Oct 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa2521 45 Cons Lgc
Agency Department Of Defense
Location Cape canaveral Florida United states 32925
 

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.

 

The solicitation number FA2521-17-Q-B238 shall be used to reference any written quote provided under this request for quote.

 

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95; Effective 19 Jan 17.

 

This is an unrestricted. 

 

The North American Industry Classification System (NAICS) code for this project is 334210 with a size standard of 1250 Employees.  

 

The purpose of this combined synopsis and solicitations for the purchase and delivery of  Products/materials to satisfy communications requirements at Cape Canaveral AFS. (in accordance with the attached AMRS Cape SOO-TRP). The bid schedule and contract CLIN schedule are below

 

Item     Description                                                     Qty      Unit     Unit Price       Total Amount

 

CLIN

MFG

NSN / Part Number

Description

Qty

U/I

AMT

EXTENDED PRICE

1100AA

LEVITON

69586-U24

24 PORT PATCH PANEL

"Brand name or equal"

2

EA

 

 

1100AB

LEVITON

69586-U48

48 PORT PATCH PANEL

"Brand name or equal"

3

EA

 

 

1100AC

LEVITON

FPC-S2PD3AC030FAB

SM FIBER OPTIC PATCH CORD ST-LC -30FT 

"Brand name or equal"

28

EA

 

 

1100AD

READYSPEC

RB-A4842G

FIRE RETARDANT BACKBOARD 2X4  "Brand name or equal"

26

EA

 

 

1100AE

LEVITON

FPC-S2PD3AB020FAB

SM FIBER OPTIC PATCH CORD ST- SC-20 FT  "Brand name or equal"

44

EA

 

 

1100AF

LEVITON

FPC-S2PD3AB015FAB

SM FIBER OPTIC PATCH CORD ST- SC-15 FT  "Brand name or equal"

6

EA

 

 

1100AG

LEVITON

FPC-S2PD3AB025FAB

SM FIBER OPTIC PATCH CORD ST- SC-25 FT  "Brand name or equal"

5

EA

 

 

1100AH

LEVITON

43115-75P

VELCRO BULK ROLL-75', PLENUM, MARRON  "Brand name or equal"

1

RL

 

 

1100AJ

PLATT.COM

2THHNCSTRGREX500

2 AWG TTHN STRANDED COPPER, GREEN, 500' ROLL  "Brand name or equal"

1

RL

 

 

1100AK

TRANSITION NETWORKS

M/E-ISW-FX-01 (SM)

HARDENED MINI 10/100Mbs MEDIA CONVERTER-SC TO RJ45  "Brand name or equal"

32

EA

 

 

1100AL

TRANSITION NETWORKS

M/E-PSW-FX-02(SM)

STANDARD MINI 10/100Mbs  "Brand name or equal"

32

EA

 

 

1100AM

TRANSITION NETWORKS

M-MCR-01

18 SLOT CHASSIS  "Brand name or equal"

6

EA

 

 

1100AN

L-COM

NBV554

MINIATURE INDUSTRIAL ENCLOSURE  "Brand name or equal"

40

EA

 

 

1100AP

GARVIN

JHK-32

CABLE SUPPORT J-HOOK, 2" (50 per pack)  "Brand name or equal"

8

PK

 

 

1100AQ

BERK-TEK

PDP006AB0707

6XOS2 INDOOR PLEN FIBER OPTIC CABLE - SM  "Brand name or equal"

1000

RL

 

 

1100AR

INNERDUCT

P-100T-1000

PLENUM RATED ORANGE INNER DUCT - 1 IN , 1000FT PER FEEL "Brand name or equal"

2

RL

 

 

1100AS

 

SOUTHWIRE

 

L19954

RS 485 DATA CABLE 2 TWISTED PAIR 1000 FT (L19954 SERIES)  "Brand name or equal"

1

RL

 

 

1100AT

LEVITON

6D460-3L

CAT 6 PATCH CORD - 3FT  "Brand name or equal"

20

EA

 

 

1100AU

LEVITON

6D460-7L

CAT 6 PATCH CORD - 7 FT   "Brand name or equal"

60

EA

 

 

1100AV

LEVITON

42080-2WS

2-PORT SINGLE GANG FACE PLATE  "Brand name or equal"

30

EA

 

 

1100AW

LEVITON

42777-1WA

SINGLE GANG SURFACE MOUNT BOX   "Brand name or equal"

30

EA

 

 

1100AX

HP

JG382A

48 PORT RJ 45 BLADE FOR HP 10508 SWITCH  "Brand name or equal"

1

EA

 

 

1100AY

LEVITON

FPC-S2PD3AB150FAB

SM FIBER OPTIC PATCH CORD ST-SC -150 FT   "Brand name or equal"

2

EA

 

 

1100AZ

LEVITON

FPC-S2PD3AB80FAB

SM FIBER OPTIC PATCH CORD ST-SC -80 FT   "Brand name or equal"

1

EA

 

 

1100BA

LEVITON

FPC-S2PD3AB50FAB

SM FIBER OPTIC PATCH CORD ST-SC -50 FT  "Brand name or equal"

2

EA

 

 

1100BB

LEVITON

FPC-S2PD3AB30FAB

SM FIBER OPTIC PATCH CORD ST-SC -30 FT  "Brand name or equal"

3

EA

 

 

1100BC

LEVITON

FPC-S2PD3AB20FAB

SM FIBER OPTIC PATCH CORD ST-SC -20 FT  "Brand name or equal"

8

EA

 

 

1100BD

LEVITON

FPC-S2PD3AB25FAB

SM FIBER OPTIC PATCH CORD ST-SC -25 FT  "Brand name or equal"

2

EA

 

 

1100BE

LEVITON

FPC-S2PD3AB65FAB

SM FIBER OPTIC PATCH CORD ST-SC -65 FT "Brand name or equal"

3

EA

 

 

1100BF

LEVITON

FPC-S2PD3AB120FAB

SM FIBER OPTIC PATCH CORD ST-SC -120 FT   "Brand name or equal"

3

EA

 

 

1100BG

LEVITON

FPC-S2PD3AB165FAB

SM FIBER OPTIC PATCH CORD ST-SC -165 FT  "Brand name or equal"

2

EA

 

 

1100BH

LEVITON

FPC-S2PD3AB290FAB

SM FIBER OPTIC PATCH CORD ST-SC -290 FT  "Brand name or equal"

2

EA

 

 

1100BJ

LEVITON

FPC-S2PD3AB300FAB

SM FIBER OPTIC PATCH CORD ST-SC -300 FT  "Brand name or equal"

2

EA

 

 

1100BK

LEVITON

FPC-S2PD3AB350FAB

SM FIBER OPTIC PATCH CORD ST-SC -350 FT  "Brand name or equal"

3

EA

 

 

1100BL

LEVITON

FPC-S2PD3AB400FAB

SM FIBER OPTIC PATCH CORD ST-SC -400 FT  "Brand name or equal"

3

EA

 

 

1100BM

LEVITON

61110-BW6

CAT 6 CONNECTORS (25/PK)   "Brand name or equal"

4

PK

 

 

1100BN

BERK-TEK

10032093

CAT 6 CABLE- 1000  "Brand name or equal"'

6

RL

 

 

1100BP

LEVITON

FPC-S2PD3AC003FAB

SM FIBER OPTIC PATCH CORD ST-LC -3FT  "Brand name or equal"

40

EA

 

 

1100BQ

LEVITON

FPC-S2PD3AC010FAB

SM FIBER OPTIC PATCH CORD ST-LC -10FT  "Brand name or equal"

20

EA

 

 

1100BR

LEVITON

FPC-S2PD3AC030FAB

SM FIBER OPTIC PATCH CORD ST-LC -30FT  "Brand name or equal"

12

EA

 

 

1100BS

LEVITON

FPC-S2PD3AC050FAB

SM FIBER OPTIC PATCH CORD ST-LC -50FT  "Brand name or equal"

8

EA

 

 

1100BT

LEVITON

FPC-S2PD3AC100FAB

SM FIBER OPTIC PATCH CORD ST-LC -100FT  "Brand name or equal"

8

EA

 

 

1100BU

HELLERMAN TYTON

T50L9M4

WHITE TIE WRAP - 1000/BG  "Brand name or equal"

2

EA

 

 

1100BV

LEVITON

4925C-LPM

1 RU WIRE MANAGER WITH COVER  "Brand name or equal"

4

EA

 

 

1100BW

LEVITON

41084-BWB

QUICKPORT BLANK INSERTS (10/PK)  "Brand name or equal"

5

PK

 

 

1100BX

LEVITON

42080-2WS

2 PORT SINGLE GANG SURFACE MOUNT BOX  "Brand name or equal"

30

EA

 

 

1100BY

HOME DEPOT

LN 907

LIQUID NAILS, 10oz TUBE  "Brand name or equal"

15

EA

 

 

1100BZ

HOME DEPOT

11K316

3/8in x 6in TOGGLE BOLT, 25 PACK  "Brand name or equal"

4

EA

 

 

1100CA

HOME DEPOT

20120

3/8in x 1 1/2in ZINC PLATED FENDER WASHER, CROWN BOLT (100/PK)   "Brand name or equal"

2

EA

 

 

1100CB

HOME DEPOT

20132

1/2" x 1-1/2" ZINC PLATED FENDER WASHER (25 /PK)  "Brand name or equal"

4

PK

 

 

1100CC

GREAT LAKES

HBBB144164

GROUNDING BUSS BAR  "Brand name or equal"

26

EA

 

 

1100CD

EMERSON

4264104

CAT 6 POE SURGE PROTECTOR  "Brand name or equal"

15

EA

 

 

 

 

 

Ship to address:                45 SCS/SCXP

14680 Samuel C Phillips

Cape Canaveral AFS FL 32925

Attn: Jerry Copeland

Phone: 321-476-1616

Cell: 321-806-0394

 

 

NOTE TO OFFERORS:  In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly label the item GSA or open market.  Include your GSA contract number for items, as well as expiration date of the contract. 

 

*****Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.*****

 

*FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Jan 17) applies to this acquisition and the following addendem applies:

 

The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote".

 

Paragraph (a) first sentence revised as follows:  "The NAICS code and small business size standard for this acquisition appear above."

 

Paragraph (c) first sentence revised as follows:  "The offeror agrees to hold the prices in its offer firm until 1 Oct 17."

 

RFQ due date:  27 September 2017

RFQ due time:  3:00 P.M. EST

Email to [email protected] or mail to:

 

45th Contracting Squadron

Attn:  FA2521-17-Q-B238

1201 Edward H. White II Street, MS 7200

Patrick AFB, FL  32925-3238

 

THIS MUST BE SENT TO 45 CONS E-BIDS AS STATED ABOVE, OR THE ADDRESS IF MAILING.  ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE.  YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT.

 

Note:  .zip files are not an acceptable format for the Air Force Network and will not go through our email system.

  

Please provide the following information with your quote:

 

Company Name:____________

DUNS Number: ____________

Cage Code: _______________

*Number of Employees_____________

*Total Yearly Revenue_______________

*Information required determining size of business for the NAICS referenced above

 

Estimated Delivery Time: ____________

Payment Terms: _________________________

Warranty:  ________________

FOB (Select):  ____ Destination                    _____ Origin

Shipping Cost included?  ____ Yes               _____ No

 

All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award.  The Government will not provide contract financing for this acquisition.  Invoice instruction shall be provided at time of award.

 

*52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 16)

 (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that--

(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or

(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.

(b) The Offeror represents that-

(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and

(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(End of provision)

 

"Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106.  Offeror's submissions will be evaluated to  base upon the following:

 

(1) Technical: quote must be rated as technically acceptable to be eligible for award.  In order to be deemed technically acceptable in accordance with SOO. 

 

           

(2) Price: Award will be made to the lowest priced technically acceptable offeror.

 

Technical and past performance, when combined, are more importance or equal when compared to price.

 

The item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.  To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation, clearly identify the item by brand name and make or model number.  Include descriptive literature such as illustrations and drawings.  The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.  Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.

52.225-18 - Place of Manufacture.

As prescribed in 25.1101(f), insert the following solicitation provision:

Place of Manufacture (Mar 2015)

(a) Definitions. As used in this clause-

"Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except-

(1) FSC 5510, Lumber and Related Basic Wood Materials;

(2) Federal Supply Group (FSG) 87, Agricultural Supplies;

(3) FSG 88, Live Animals;

(4) FSG 89, Food and Related Consumables;

(5) FSC 9410, Crude Grades of Plant Materials;

(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;

(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;

(8) FSC 9610, Ores;

(9) FSC 9620, Minerals, Natural and Synthetic; and

(10) FSC 9630, Additive Metal Materials.

"Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.

(b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-

(1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or

(2) [ ] Outside the United States.

(End of provision)

Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters.  The government however, reserves the right to conduct discussions if deemed in its best interest.

Include descriptive literature such as illustrations and drawings.

 

FAR Provision *52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 17), with its Alternate I (Oct 14), applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal.

 

FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 17), applies to this acquisition with the following Addendum:  Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government.

 

Note:  The vendor acknowledges that should the quote or proposal's terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract.

 

FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jan 17), Additionally, the following FAR clauses cited in 52.212-5 are applicable: 

 

52.203-19        Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)

52.204-10        Reporting Executive compensation and First-Tier Subcontract Awards (Oct 16)

52.204-16        Commercial and Government Entity Code Reporting (Jul 16)

52.204-18        Commercial and Government Entity Code Maintenance (Jul 16)

52.204-21        Basic Safeguarding of Covered Contractor Information Systems (Jun 16)

52.209-6          Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Oct 15)

52.209-10        Prohibition on Contracting with Inverted Domestic Corporations (Nov 15)

52.219-28        Post Award Small Business Program Rerepresentation (Jul 13)

52.222-3          Convict Labor (June 03)

52.222-17        Nondisplacement of Qualified Workers (May 14)

52.222-19        Child Labor-Cooperation with Authorities and Remedies (Oct 16)

52.222-21        Prohibition of Segregated Facilities (Apr 15)

52.222-26        Equal Opportunity (Sep 16)

52.222-36        Affirmative Action for Workers with Disabilities (Jul 14)

52.222-40        Notification of Employee Rights Under the National Labor Relations Act (Dec 10)

52.222-50        Combating Trafficking in Persons (May 15)

52.223-18        Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11)

52.225-13        Restriction on Certain Foreign Purchases (Jun 08)

52.232-34        Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 13)

52.233-3          Protest After Award (Aug 96)

52.233-4          Applicable Law for Breach of Contract Claim (Oct 04)


DFARS Clauses: 

252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11)

*252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11)

*252.204-7008 Compliance with Safegarding Defense Information Controls (Oct 16)

*252.204-7011 Alternative Line Item Structure (Sep 11)

252.204-7012  Safeguarding Covered Defense Informating and Cyber Incident Report (Oct 16)

252.204-7015  Disclosure of Information to Litigation Support Contractors (May 16)

252.211-7003  Item Identification and Valuation (Mar 16)

252.211-7008 Use of Government-Assigned Serial Numbers (Sep 10)

252.223-7008  Prohibition of Hexavalent Chromium (Jun 13)

252.225-7001  Buy American and Balance of Payments Program (Dec 16)

252.225-7016  Restriction on Acquisition of Ball and Roller Bearings (Jun 11)

252.225-7021  Trade Agreements (Dec 16)

*252.225-7031 Secondary Arab Boycott of Israel (Jun 05)

*252.225-7035 Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Nov 14)

252.225-7036  Buy American Act--Free Trade Agreements Balance of Payments Program (Dec 16

252.232-7003  Electronic Submission of Payment Requests and Receiving Reports (Jun 12)

252.232-7006  Wide Area Workflow Payment Instructions (May 13)

252.232-7010  Levies on Contract Payments (Dec 06)

252.244-7000  Subcontracts for Commercial items (Jun 13)

252.247-7022  Representation of Extent of Transportation by Sea (Aug 92)

252.247-7023  Transportation of Supplies by Sea (Apr 14)

252.247-7023  Alternate II (Apr 14)

252.247-7024  Notification of Transportation of Supplies by Sea (Mar 00)

 

The following AFFARS clauses are applicable to this solicitation: 

5352.201-9101 Ombudsman (Apr 14) with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, [email protected].

 

The full text of these clauses and (*)provisions may be assessed electronically at the website: http://farsite.hill.af.mil.  NOTE:  ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE.

 

Attachments:  (1)

AMRS Cape-SOO-TRP
Bid Protests Not Available

Similar Past Bids

Cape canaveral Florida 26 Sep 2017 at 2 PM
Cape canaveral Florida 10 Sep 2015 at 8 PM
Cape canaveral Florida 20 Sep 2017 at 1 PM
Cape canaveral Florida 21 Sep 2017 at 2 PM
Cape canaveral Florida 15 Sep 2017 at 7 PM

Similar Opportunities

Cape canaveral Florida 08 Aug 2025 at 6 PM
Washington District of columbia 28 Oct 2029 at 4 PM
Eglin air force base Florida 16 Jul 2025 at 2 PM