installation of an electrical panel and receptacles
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Jun 14, 2024 09:12 am EDT
- Original Date Offers Due: Jun 26, 2024 03:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jul 11, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: N059 - INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
- NAICS Code:
- 238210 - Electrical Contractors and Other Wiring Installation Contractors
- Place of Performance: Coraopolis , PA 15108USA
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quote (RFQ) number is FA671224Q0025. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-03. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. Clauses can be accessed in full text at these addresses: www.acquisition.gov.
This RFQ is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the Government for reimbursement. The Government reserves the right to cancel this RFQ either before or after the closing date. In the event the RFQ is cancelled, the Government has no obligation to reimburse costs associated with preparing and providing a quote.
The NAICS code is 238210 and the Small Business Standard is $16.5 Million.
The proposed contract is 100% total set-aside for Small Business.
Award shall be made on the evaluation basis of Lowest Price Technically Acceptable.
52.237-1 Site Visit:
Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.
Site visit photos: Photos WILL NOT be permitted at the site-visit.
Site Visit Date/Time: Thursday, June 20th 2024 at 9:00 a.m. eastern time. Submit site visit request to paul.davisson@us.af.mil. Instructions will be provided for base access.
Site Visit deadline registration: Tuesday June 18, 2024 at 11 a.m. eastern time
Due date for submission of questions relating to this solicitation: Friday June 21st at 5:00 p.m. eastern time (may be extended if in the best interest of the government)
Due date for quotes: Wednesday June 26th 2024 at 5 p.m. eastern time. Quotes received after this deadline will not be accepted (the due date/time for receipt of quotes may be extended if found to be in the best interest of the government).
The Pittsburgh 911th Airlift Wing located in Coraopolis PA is seeking quotes from small business vendors for the following:
Section B - Schedule of Services:
CLIN 0001: Installation of a new 200-amp 208 volt 3-phase 4 wire 42 circuit electrical panel, power receptacles mounted on the ladder rack and grounding the cabinets in building 405 Room 26. See Statement of Work (Attachment #1).
This requirement is for a firm-fixed price sing purchase order awarded using simplified acquisition procedures in accordance with FAR parts 12 and 13.
Period of Performance: 10 days from date of award (negotiable). Proposal must clearly state when work can be started and estimated completion date.
FAR 52.212-2 -- Evaluation -- Commercial Products and Commercial Services (Nov 2021
Per FAR 13.106-1(a)(2), the Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
START DATE (Proposal must clearly state when work can be started and estimated completion date).
TECHNICAL CAPABILITY
PRICE
***Start date and Technical Capability are more important than price.
BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the bid whose start date and technical capability is most advantageous to the government.
In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary, to demonstrate your capabilities in fulfilling the SOW’s.
It is the Government’s intent to evaluate quotes and award a purchase order without interchanges with Offerors. Therefore, the Offeror's initial quote should contain the Offeror's best terms from a price, and technical standpoint. However, the Government reserves the right to conduct interchanges if the Contracting Officer later determines them to be necessary.
Evaluation Process. Offers will be ranked by the most responsive start date rated as technically acceptable. A single award will then be made to the Offeror who has been determined responsible and has submitted the most responsive start date with a technically acceptable rating. Start date and technical acceptance are more important than price.
- Technical Evaluation. Bids will be evaluated for technical acceptance. If the bid with the most responsive start date is technically accepted, no further bids will be evaluated. If the most responsive start date bid received is not technically accepted by the government, the next responsive start date will be technically evaluated and so on until the most responsive start date with technical acceptance has been achieved. An award notice will be posted to sam.gov.
Ratings: Upon evaluation of the Technical Capability Narrative, the following rating will be assigned:
Acceptable: The Offeror has provided sufficient information within their Technical Capability Narrative for the Government to evaluate and confirm their capability to meet all the requirements of the SOW (attachments #1).
Unacceptable: The Offeror has not provided sufficient information within their Technical Capability Narrative; therefore, the Government cannot confirm their capability to meet the requirements of the SOW.
Technical Evaluation Ratings
Rating; Description
- Acceptable; Submission clearly meets the minimum requirements of the solicitation
- Unacceptable; Submission does not clearly meet the minimum requirements of the solicitation
If the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable" and will no longer be considered for further competition or award.
Section C - FAR CLAUSES AND PROVISIONS
52.204-7, System for Award Maintenance
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018)
52.204-13, SAM Maintenance
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-26, Covered Telecommunications Equipment or Services-Representation
52.212-1, Instructions to Offerors - Commercial Items
52.212-3 Alt I Offeror Representations and Certifications – Commercial Items
52.212-4, Contract Terms and Conditions - Commercial Items
52.219-6, Notice of Total Small Business Set-Aside
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities Relating to Iran – Representations and Certifications
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)
52.237-2, Protection of Government Buildings, Equipment, and Vegetation
52.243-1 Alternate I, Changes Fixed Price
52.247-34, F.O.B-Destination
52.252-2, Clauses Incorporated by Reference
52.252-6, Authorized Deviations in Clauses
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items as follows:
- 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
- 52.219-28, Post-Award Small Business Program Representation (Jul 2013)
- 52.222-3, Convict Labor
- 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016)
- 52.222-21, Prohibition of Segregated Facilities (Apr 2015)
- 52.222-26, Equal Opportunity (Sep 2016)
- 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)
- 52.222-41, Service Contract Labor Standards
- 52.222-42, Statement of Equivalent Rates for Federal Hires
- 52.222-50, Combating Trafficking in Persons
- 52.222-55, Minimum Wages Under Executive Order 13658
- 52.222-62, Paid Sick Leave Under Executive Order 13706
- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)
- 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)
- 52.232-33, Payment by Electronic Funds Transfer--System for Award Management
- 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management
-52.236-2, Differing Site Conditions
-52.236-3, Site Investigation and Conditions Affecting the Work
-52.236-5, Material and Workmanship
-52.236-7, Permits and Responsibilities
-52.236-9, Protection of existing vegetation, structures, equipment utilities and improvements
-52.236-10, Operation and Storage Areas
DFARS CLAUSES AND PROVISIONS
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7003. Control of Government Personnel Work Product
252.204-7008, Compliance With Safeguarding Covered Defense Information Controls
252.204-7015, Disclosure of Information to Litigation Support Contractors
252.204-7016, Covered Defense Telecommunications Equipment or Services—Representation
252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204-7024, Notice on the Use of the Supplier Performance Risk System
252.225-7001, Buy American Act & Balance of Payments Program
252.225-7012, Preference for Certain Domestic Commodities
252.225-7036, Buy American Act, Free Trade Agreements, Balance of Payments Program
252.225-7048, Export Controlled Items
252.232-7003, Electronic Submission of Payment Requests and receiving Reports
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments
252.243-7001, Pricing of Contract Modifications
252.244-7000, Subcontracts for Commercial Items
DAFFARS CLAUSES
5352.201-9101, Ombudsman
5352.242-9000, Contractor Access to Air Force Installations
Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I if not updated in SAM.
The primary Point of Contact for this solicitation is Paul Davisson who can be reached at email paul.davisson@us.af.mil
System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/.
Quotes shall be sent via email to paul.davisson@us.af.mil. An email will be sent confirming receipt.
All quotes shall include price(s), FOB point, a point of contact, name and phone number and business size. Please note that the Government's terms for payment for this requirement are Net 30 Days AFTER acceptance of service.
Attachments/Links
Contact Information
Contracting Office Address
- ADMINISTRATIVE ONLY NO REQUISITIONS 2375 DEFENSE AVE
- CORAOPOLIS , PA 15108-4495
- USA
Primary Point of Contact
- Paul Davisson
- paul.davisson@us.af.mil
- Phone Number 412-474-8124
Secondary Point of Contact
History
- Jul 11, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Jun 20, 2024 12:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Jun 17, 2024 02:17 pm EDTCombined Synopsis/Solicitation (Updated)
- Jun 14, 2024 09:40 am EDTCombined Synopsis/Solicitation (Updated)
- Jun 14, 2024 09:12 am EDTCombined Synopsis/Solicitation (Original)