Washington Bids > Bid Detail

Fiber Optic Cable Installation

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159817944380676
Posted Date: Apr 17, 2023
Due Date: Apr 21, 2023
Solicitation No: N66604-23-Q-0349
Source: https://sam.gov/opp/b53ddbfb44...
Follow
Fiber Optic Cable Installation
Active
Contract Opportunity
Notice ID
N66604-23-Q-0349
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NUWC DIV NEWPORT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 17, 2023 03:19 pm EDT
  • Original Date Offers Due: Apr 21, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DG11 - IT AND TELECOM - NETWORK: TELECOM ACCESS SERVICES
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Newport , WA 02841
    USA
Description

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Solicitation will be posted for less than 15 days in accordance with FAR 5.203(a)(2). Request for Quotation (RFQ) number is N66604-23-Q-0349. This requirement is being solicited as a sole source requirement to D/E/F Services Group, LTD, a small business under NAICS code 238210. The Small Business Size Standard is $34 Million.





The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order to perform the installation of fiber optic backbone cabling from building to building on the NUWCDIVNPT campus. This requirement provides the command with the ability to provide the high bandwidth fiber optic links between Enclaves on the NUWCDIVNPT campus.





The manhole/underground conduit system at NUWCDIVNPT has been used for many years to run various types of cabling through it to meet a myriad of connectivity requirements to support programs and labs at NUWCDIVNPT. This has inherently caused high utilization of the conduit paths between buildings. The last full survey of the conduit system interconnecting most of the buildings on the NUWCDIVNPT campus, was conducted in preparation for fiber optic cable installation. This effort took place as part of the Navy/Marine Corps Intranet (NMCI) contract work associated with upgrading local infrastructure. While the government paid for conducting the survey there was no deliverable requirement under the NMCI contract for the survey data deliverable. As is inherent with this type of work a company that is actively engaged onsite with the work will document the survey but not the extent that would support another company, without first hand active access/knowledge of the facility, being able to work directly off the survey. Therefore, any company other than D/E/F would need to reperform the survey. This also reduces the requirement time, as site visits by companies will not be required. By virtue of their prior work on the NMCI contract as a subcontractor, D/E/F Services Group, Ltd (D/E/F) has intimate historical knowledge of the conduit paths that are needed to take to fulfill the requirement of installing Single Mode Fiber Optic Backbone cabling between buildings at NUWCDIVNPT at a reduced cost and schedule.





This notice of intent is not a request for competitive quotes. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered for the purposes of determining whether to conduct a competitive requirement in the future.





For the purposes of quoting to this opportunity, please reference the CLINs listed below in accordance with the attached Statement of Work.





CLIN 0001 - OPS Fiber Installation; Quantity: 1 Job





Delivery is F.O.B. Destination with work being performed on site in Newport, RI





Period of Performance is 5/31/2023 – 9/30/23





Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following Federal Acquisition Regulations (FAR) clauses and provisions apply to this solicitation:





--FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007)



--FAR 52.204-7, System for Award Management (Oct 2018)



--FAR 52.204-8, Annual Representations and Certifications (Dec 2022)



--FAR 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011)



--FAR 52.204-13, System for Award Management Maintenance (Oct 2018).



--FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)



-- 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (Nov 2021).



--FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Nov 2021)



-- FAR 52.204-25 Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment (Nov 2021)



--FAR 52.204-26, Covered Telecommunications Equipment or Services—Representation (Oct 2020)



--FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations—Representation (Nov 2015)



--FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016)



--FAR 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (Dec 2022)



--FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (Dec 2022)



--FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)



--FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Nov 2021)



--FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)







In addition, the following Defense Federal Acquisition Regulations Supplement (DFARS) clauses and provisions apply to this order:





--DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)



--DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Dev 2022)



--DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Sep 2022)



--DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992)



--DFARS 252.204- 7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016);



--DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016);



--DFARS 252.225-7048, Export-Controlled Items (Jun 2013)

--DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)



--DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (Jan 2023)



--DFARS 252.232-7010, Levies on Contract Payments (Dec 2006)



--DFARS 252.232-7017, Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration (Jan 2023)



-- 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations (Oct 2010)









This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.





Offerors shall include price, payment terms (CC or WAWF), the aforementioned required delivery terms, and the following additional information with submissions:





Offeror Point of Contact (including phone number and email address); Offeror CAGE Code; and



Offeror SAM UID.







Quotes shall be submitted electronically via email to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil and must be received on or before Friday, April 21, 2023 at 2:00PM EDT Quotes received after this date and time are late and will not be considered for award. For questions pertaining to this acquisition, please contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil.




Attachments/Links
Contact Information
Contracting Office Address
  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 17, 2023 03:19 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >