FY25 Redundant Fiber Optic Cable & Installation
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: Solicitation (Updated)
- Updated Published Date: Apr 17, 2025 01:05 pm PDT
- Original Published Date: Mar 11, 2025 09:25 am PDT
- Updated Date Offers Due: May 01, 2025 10:00 am PDT
- Original Date Offers Due: Apr 03, 2025 10:00 am PDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: May 16, 2025
- Original Inactive Date: Apr 18, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- 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: Tucson , AZ 85707USA
Description
***AMENDMENT 4 - The purpose of this amendment is to extend solicitation due date to 01 May 2025. Q&A Inputs are forthcoming.***
__________________________________________________________________________
***AMENDMENT 3 - The purpose of this amendment is to extend solicitation due date to 22 April 2025. Q&A Inputs are forthcoming.***
__________________________________________________________________________
***AMENDMENT 2 - The purpose of this amendment is to extend solicitation due date to 17 April 2025. Q&A Inputs are forthcoming.***
__________________________________________________________________________
***AMENDMENT 1 - The purpose of this amendment is to extend solicitation due date to 10 April 2025.***
__________________________________________________________________________
SOLICITATION
RFQ FA487725QA253
FY25 Redundant Fiber Optic Cable Install
i. Solicitation FA4877‐25-Q-A-253 is issued as a Request for Quotation (RFQ).
ii. This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2025-03, effective 17 Jan 2025, DFARS provisions and clauses, effective 17 Jan 2024, and DAFFARS provisions and clauses, effective 16 Oct 2024.
iii. This procurement is being issued as a HUB-Zone set-aside. The North American Industry Classification System Code is 238210 with a size standard of $19.0M.
iv. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so.
v. Davis‐Monthan Air Force Base intends to issue a firm‐fixed price purchase order for the following:
- CLIN 001: Fiber Optic Cable with Installation from B88 to B306 in accordance with attached Statement of Objectives.
- Include with Quote: Estimated Period of Performance
- Include with Quote: Performance Work Statement
- Quote not to exceed 6 pages
vi. The government will issue a purchase order to the offeror whose quote is the most advantageous to the Government, price and other factors considered. See FAR Clause 52.212-2 Evaluation – Commercial Products and Commercial Services (Nov 2021) under section xiii for further details.
vii. Important Dates/Times:
a. A site visit is tentatively scheduled for Wednesday, March 26th, 2025. Please notify the POCs listed within this posting no later than Monday, March 24th, 2025 if your company is interested in attending a site visit. A calendar invite will only be sent to those who respond within deadline. No additional site visits will be scheduled.
b. All questions must be submitted via email no later than Monday, March 31st, 2025 10:00 AM MST
c. All quotes must be submitted via email no later than Thursday, May 1st, 2025 10:00 AM MST
viii. It is the responsibility of the offeror to review the posting for any changes or amendments that may occur concerning this RFQ.
ix. It is the responsibility of the offeror to ensure all quotes and/or questions are submitted no later than the specified due date.
x. Point of Contacts:
a. Primary: Elisa Montoya, elisa.montoya@us.af.mil, (520) 228-2377
b. Alternate: Erick Millan, erick.ramirez_millan@us.af.mil, (520) 228-4967
xi. Attachments:
- Attachment 1 – Statement of Objectives
- Attachment 2 – Fiber Path
- Attachment 3 – Provisions & Clauses
- Attachment 4 – SCA Wage Determination
xii. FAR 52.212-1 Instructions to Offerors is incorporated by reference within the attached Provisions & Clauses document. Please refer to Acquisition.Gov for full text. Quote submission must include, at minimum, those outlined in FAR 52.212-1. Quote must be provided in a PDF or Word format with company information listed.
xiii. FAR 52.212-2 Evaluation -- Commercial Products and Commercial Services (Nov 2021)
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 evaluation shall include a best value assessment between the quotes that conform to formatting requirements identified herein as well as FAR 52.212-1. In evaluating, all factors will be considered to make a best value determination which is most advantageous to the Government.
b. Best value factors that may be considered include but are not limited to:
(i) Technical: Offerors must provide the necessary and requested information found within this solicitation in order to fully demonstrate their technical capability in fulfilling this requirement of providing the requested fiber optic cable and installation in accordance with attached Statement of Objectives. Vendors must convey their technical approach by submitting a Performance Work Statement for evaluation.
(ii) Period of Performance: Offeror demonstrates the ability to provide the complete requirement by the earliest date possible.
(iii) Price: The Government will evaluate the offeror’s quotation, for price completeness and reasonableness as described below.
1. Completeness - The offeror’s price proposal will be evaluated for completeness by confirming the offeror has provided unit and total price for all CLINs.
2. Reasonableness - The offeror’s price will be evaluated for reasonableness through one or more of the methods specified in FAR 13.106-2 & 13.106-3.
c. Options are not applicable to this requirement.
d. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)
xv. DAFFARS 5352.201-101 OMBUDSMAN (JUL 2023)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/FLDCOM/DRU/DAFRCO ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for further consideration to the Department of the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer.
(End of clause)
xvi. DAFFARS 5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (JUN 2024)
(a) Contractors shall not:
(1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or
(2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order.
(b) For the purposes of Departmet of the Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs:
(1) Halons: 1011, 1202, 1211, 1301, and 2402;
(2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and
(3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide.
[NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Department of the Air Force definition of a Class I ODS.]
(End of clause)
Attachments/Links
Contact Information
Contracting Office Address
- ADMIN ONLY NO REQTN CP 520 228 3131 3180 S CRAYCROFT RD BLDG 2525
- DAVIS MONTHAN AFB , AZ 85707-3522
- USA
Primary Point of Contact
- Elisa Montoya
- elisa.montoya@us.af.mil
- Phone Number 5202282377
Secondary Point of Contact
- Erick Ramirez Millan
- erick.ramirez_millan@us.af.mil
- Phone Number 5202284967
History
- May 05, 2025 11:06 am PDTSolicitation (Updated)
- Apr 30, 2025 08:01 am PDTSolicitation (Updated)
- Apr 22, 2025 02:10 pm PDTSolicitation (Updated)
- Apr 17, 2025 01:05 pm PDTSolicitation (Updated)
- Apr 15, 2025 10:34 am PDTSolicitation (Updated)
- Apr 08, 2025 11:48 am PDTSolicitation (Updated)
- Mar 28, 2025 01:43 pm PDTSolicitation (Updated)
- Mar 11, 2025 09:25 am PDTSolicitation (Original)