BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Site work for a mixed-use development in Hurlburt Field, Florida. Completed plans call for site work for a communication facility.

If you intend on attending the site visit please email A1C Jayden Gentry at jayden.gentry@us.af.mil or TSgt Danyette Washington at danyette.washington@us.af.mil by COB 17 April 2023. Response Date: 24 April 2023 @ 2:00 PM CST Please email A1C Jayden Gentry at jayden.gentry@us.af.mil or TSgt Danyette Washington at danyette.washington@us.af.mil by COB 17 April 2023 if you intend on providing a quote. Negative responses are requested Submit written offers only, oral offers will not be accepted. Please respond to this RFQ by providing the following information in this document. The North American Industry Classification System (NAICS) code for this project is 517112. The Product Service Code (PSC) is DG11. The Size Standard for this NAICS is 1500 Employees. Evaluation of commercial items in accordance with FAR 52.212-2 will be utilized using lowest price technically acceptable. *This is a Brand Name Requirement. *This acquisition is solicited as restricted to small business only. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to deliver the following items: CLIN Description U/M QTY Unit Price Total Price 0001 Please see attached List of Materials Each 1 Total Amount: ___________ CLIN price(s) shall include all delivery costs to: Hurlburt Field, FL 32544 (exact location provided at award) o Offeror must have active SAM registration at time quote submission. o Offeror shall quote on all items in order to be considered for award. o Delivery Schedule: FOB Destination. o Award shall be based on All or None, Technically Acceptable item, to the Government. o Offerors quotes shall clearly identify products that are submitted as "equal items". o Product information (i.e. literature, manufactures websites, etc..., shall be submitted for all equivalent items. o It is the responsibility of each contractor to ensure that their respective quote has been received by the Government POC's identified above. The following FAR/DFARS provisions and clauses are hereby applicable to this solicitation and any resultant contract award: PROVISIONS INCORPORATED BY REFERENCE 52.204-7 - System for Award Management (OCT 2018) 52.204-16 - Commercial and Government Entity Reporting (AUG 2020) 52.204-22 - Alternative Line Item Proposal (JAN 2017) 52.211-6 - Brand Name or Equal (AUG 1999) 52.212-1 - Instructions to Offerors-Commercial Products and Commercial Services (NOV 2021) 52.237-1 - Site Visit (APR 1984) 252.203-7005 - Representation Relating to Compensation of Former DoD Officials (SEP 2022) 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7017 - Prohibition on the Acquisition of Covered Defensse Telecommunications Equipment or Services (JAN 2023) 252.225-7055 - Prohibition Regarding Business Operations with the Maduro Regime (MAY 2022) CLAUSES INCORPORATED BY REFERENCE 52.204-9 - Personal Identification Verification of Contractor Personnel (JAN 2011) 52.204-13 - System for Award Management Maintenance (OCT 2018) 52.204-18 - Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-19 - Incorporation by Reference of Representations and Certifications (DEC 2014) 52.212-4 - Contract Terms and Conditions-Commercial Products and Commercial Services (DEC 2022) 52.223-5 - Pollution Prevention and Right-to-Know Information (May 2011) 52.232-40 - Provided Accelerated Payments to Small Business Subcontractors (NOV 2021) 52.237-2 - Protection of Governmetn Buildings, Equipment, and Vegetation (APR 1984) 52.243-1 - Changes-Fixed-Price (AUG 1987) 52.243-1 - Changes-Fixed-Priced Alternate II (APR 1984) 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (DEC 2022) 252.204-7003 - Control of Government Personnel Work Product (APR 1992) 252.204-7004 - Antiterrorism Awareness Training for Contractors (JAN 2023) 252.204-7006 - Billing Instructions (OCT 2005) 252.204-7009 - Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (JAN 2023) 252.204-7012 - Safeguarding Covered Cyber Defense Information and Cyber Incident Reporting (JAN 2023) 252.204-7015 - Motice of Authorized Disclosure of Information for Litigation Support (JAN 2023) 252.204-7018 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023) 252.223-7006 - Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (SEP 2014) 252.225-7036 - Buy American-Free Trade Agreements--Balance of Payments Program (JAN 2023) 252.225-7048 - Export-Controlled Itmes (JUN 2013) 252.225-7056 - Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023) 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7010 - Levies on Contract Payments (DEC 2006) 252.232-7017 - Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration (JAN 2023) 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel (JAN 2023) 252.243-7001 - Pricing of Contract Modifications (DEC 1991) 252.244-7000 - Subcontracts fo Commercial Products or Commercial Services (JAN 2023) 252.247-7023 - Transportation of Supplies by Sea (JAN 2023) PROVISIONS INCORPORATED BY FULL TEXT 52.212-1 - Instructions to Offerors - Commercial Items (Jun 2020) Addendum to 52.212-1 - Instructions to Offerors - Commercial Items (Jun 2020) 1. Addendum to FAR 52.212-1(b), Submission of offers. Offeror shall submit an electronic copy of their dated offer via e-mail to: jayden.gentry@us.af.mil or danyette.washington@us.af.mil with the solicitation number in the subject block, by 24 April 2023 @ 2:00 PM CST. Submit a dated Offer Schedule marked with solicitation number FA441723Q0007. Facsimile proposals will not be accepted. In addition to the items required by 52.212-1(b), the offeror shall complete the Vendors Information and Vendors Offer Information at the end of this Combined Synopsis/Solicitation. This information shall be submitted with the offer. 2. Addendum to FAR 52.212-1(f), Late submissions, modifications, revisions, and withdrawal of offers. This paragraph is tailored to read as follows: Offerors are responsible for submitting electronic offers by the solicitation due date and time. Offers received after the solicitation due date and time are considered late and will be handled in accordance with FAR 52.212-1(f). 3. Offerors shall complete the Vendor's Offer Information and Vendor Information tables at the end of this Combined Synopsis Solicitation and submit with offer by the established due date and time 4. Offerors shall provide a representation regarding use of telecommunications equipment or services by completing FAR Provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, and submit with offer by the established due date and time. (End of provision) FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014) Addendum to 52.212-2 - Evaluation - Commercial Items (Oct 2014) (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 following factors shall be used to evaluate offers: (i) Technical acceptability of the item offered to meet the Government requirement and (ii) Price. (i) Technical Acceptability will be determined based on the product information provided by the offeror. Items requested shall be the specific brand name provided. Offers will be determined technically acceptable if items quoted are the specific brand name required. Please reference attached brand name justification. (ii) Price The Government intends to award a delivery order to the responsible contractor quoting all items listed, that provides the lowest overall price. Not all offers will be evaluated for technical acceptability. The lowest price offeror will be evaluated, if the lowest price offer is technically acceptable, no other offers will be evaluated. If the lowest price offer is not technically acceptable, the next lowest price offer will be evaluated. This process will occur until an offer is found to be technically acceptable. Once an offer is found to be technically acceptable, the other higher priced offers will not be evaluated. (End of provision) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it "does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument" in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services--Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it "does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3. (a) Definitions. As used in this provision-- Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to-- (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to-- (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services". (d) Representation. The Offeror represents that-- (1) It will, will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds "will" in paragraph (d)(1) of this section; and (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that-- It does, does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds "does" in paragraph (d)(2) of this section. (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded "will" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment-- (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (ii) For covered services-- (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded "does" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment-- (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (ii) For covered services-- (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of provision) FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/ (End of Provision) CLAUSES INCORPORATED BY FULL TEXT 252.211-7003 Item Unique Identification and Valuation ITEM UNIQUE IDENTIFICATION AND VALUATION (Mar 2016) (a) Definitions. As used in this clause-- "Automatic identification device" means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. "Concatenated unique item identifier" means-- (1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number. "Data matrix" means a two-dimensional matrix symbology, which is made up of square or, in some cases, round modules arranged within a perimeter finder pattern and uses the Error Checking and Correction 200 (ECC200) specification found within International Standards Organization (ISO)/International Electrotechnical Commission (IEC) 16022. "Data qualifier" means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows. "DoD recognized unique identification equivalent" means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html. "DoD item unique identification" means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number. "Enterprise" means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items. "Enterprise identifier" means a code that is uniquely assigned to an enterprise by an issuing agency. "Government's unit acquisition cost" means-- (1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; (2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery. "Issuing agency" means an organization responsible for assigning a globally unique identifier to an enterprise, as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.aimglobal.org/Reg_Authority15459. "Issuing agency code" means a code that designates the registration (or controlling) authority for the enterprise identifier. "Item" means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. "Lot or batch number" means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. "Machine-readable" means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards. "Original part number" means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface. "Parent item" means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent. "Serial number within the enterprise identifier" means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. "Serial number within the part, lot, or batch number" means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment. "Serialization within the enterprise identifier" means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier. "Serialization within the part, lot, or batch number" means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier. "Type designation" means a combination of letters and numerals assigned by the Government to a major end item, assembly or subassembly, as appropriate, to provide a convenient means of differentiating between items having the same basic name and to indicate modifications and changes thereto. "Unique item identifier" means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent. "Unique item identifier type" means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html. (b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item. (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) Delivered items for which the Government's unit acquisition cost is $5,000 or more, except for the following line items: Contract Line, Subline, or Exhibit Line Item Number Item Description _______________________________________________________________ (ii) Items for which the Government's unit acquisition cost is less than $5,000 that are identified in the Schedule or the following table: Contract Line, Subline, or Exhibit Line Item Number Item Description _______________________________________________________________ (If items are identified in the Schedule, insert "See Schedule" in this table.) (iii) Subassemblies, components, and parts embedded within delivered items, items with warranty requirements, DoD serially managed reparables and DoD serially managed nonreparables as specified in Attachment Number ____. (iv) Any item of special tooling or special test equipment as defined in FAR 2.101 that have been designated for preservation and storage for a Major Defense Acquisition Program as specified in Attachment Number ____. (v) Any item not included in (i), (ii), (iii), or (iv) for which the contractor creates and marks a unique item identifier for traceability. (2) The unique item identifier assignment and its component data element combination shall not be duplicated on any other item marked or registered in the DoD Item Unique Identification Registry by the contractor. (3) The unique item identifier component data elements shall be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; ECC200 data matrix specification. (4) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that-- (i) The data elements (except issuing agency code) of the unique item identifier are encoded within the data matrix symbol that is marked on the item using one of the following three types of data qualifiers, as determined by the Contractor: (A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology - EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology - EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and (ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology - Transfer Syntax for High Capacity Automatic Data Capture Media. (5) Unique item identifier. (i) The Contractor shall-- (A) Determine whether to-- (1) Serialize within the enterprise identifier; (2) Serialize within the part, lot, or batch number; or (3) Use a DoD recognized unique identification equivalent (e.g. Vehicle Identification Number); and (B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique identification equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in MIL-STD-130, Identification Marking of U.S. Military Property, latest version; (C) Label shipments, storage containers and packages that contain uniquely identified items in accordance with the requirements of MIL-STD-129, Military Marking for Shipment and Storage, latest version; and (D) Verify that the marks on items and labels on shipments, storage containers, and packages are machine readable and conform to the applicable standards. The contractor shall use an automatic identification technology device for this verification that has been programmed to the requirements of Appendix A, MIL-STD-130, latest version. (ii) The issuing agency code-- (A) Shall not be placed on the item; and (B) Shall be derived from the data qualifier for the enterprise identifier. (d) For each item that requires item unique identification under paragraph (c)(1)(i), (ii), or (iv) of this clause or when item unique identification is provided under paragraph (c)(1)(v), in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, as part of the Material Inspection and Receiving Report, the following information: (1) Unique item identifier. (2) Unique item identifier type. (3) Issuing agency code (if concatenated unique item identifier is used). (4) Enterprise identifier (if concatenated unique item identifier is used). (5) Original part number (if there is serialization within the original part number). (6) Lot or batch number (if there is serialization within the lot or batch number). (7) Current part number (optional and only if not the same as the original part number). (8) Current part number effective date (optional and only if current part number is used). (9) Serial number (if concatenated unique item identifier is used). (10) Government's unit acquisition cost. (11) Unit of measure. (12) Type designation of the item as specified in the contract schedule, if any. (13) Whether the item is an item of Special Tooling or Special Test Equipment. (14) Whether the item is covered by a warranty. (e) For embedded subassemblies, components, and parts that require DoD item unique identification under paragraph (c)(1)(iii) of this clause or when item unique identification is provided under paragraph (c)(1)(v), the Contractor shall report as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part. (2) Unique item identifier of the embedded subassembly, component, or part. (3) Unique item identifier type.** (4) Issuing agency code (if concatenated unique item identifier is used).** (5) Enterprise identifier (if concatenated unique item identifier is used).** (6) Original part number (if there is serialization within the original part number).** (7) Lot or batch number (if there is serialization within the lot or batch number).** (8) Current part number (optional and only if not the same as the original part number).** (9) Current part number effective date (optional and only if current part number is used).** (10) Serial number (if concatenated unique item identifier is used).** (11) Description. ** Once per item. (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause as follows: (1) End items shall be reported using the receiving report capability in Wide Area WorkFlow (WAWF) in accordance with the clause at 252.232-7003. If WAWF is not required by this contract, and the contractor is not using WAWF, follow the procedures at http://dodprocurementtoolbox.com/site/uidregistry/. (2) Embedded items shall be reported by one of the following methods-- (i) Use of the embedded items capability in WAWF; (ii) Direct data submission to the IUID Registry following the procedures and formats at http://dodprocurementtoolbox.com/site/uidregistry/; or (iii) Via WAWF as a deliverable attachment for exhibit line item number (fill in) ___, Unique Item Identifier Report for Embedded Items, Contract Data Requirements List, DD Form 1423. (g) Subcontracts. If the Contractor acquires by subcontract, any item(s) for which item unique identification is required in accordance with paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable subcontract(s), including subcontracts for commercial items. (End of clause) DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (Dec 2018) (a) Definitions. As used in this clause-- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. "Payment request" and "receiving report" are defined in the clause at 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items- (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. Invoice2in1 (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial financing, submit a commercial financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F87700 Issue By DoDAAC FA4417 Admin DoDAAC FA4417 Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) F2F320 Service Acceptor (DoDAAC) F2F320 Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Provided at Award (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. N/A (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988 (End of clause) FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/ (End of clause) AFFARS 5352.201-9101 AFSOC OMBUDSMAN (Oct 2019) (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, for AFSOC (Air Force Special Operations Command) acquisitions please contact: Primary: Lt Col Tina Benivegna 427 Cody Ave, Bldg 90333, Suite 219, 850-884-3990, tina.benivegna.1@us.af.mil Alternate: Jeffrey Lowman 427 Cody Ave, Bldg 90333, Suite 220, 850-884-2022, jeffrey.lowman@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to 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) AFFARS 5352.204-9000 Notification of Governmetn Security Activity and Visitor Group Security Agreements (MAY 2021) This contract contains a DD Form 254, DOD Contract Security Classification Specification, and requires performance at a government location in the U.S. or overseas. Prior to beginning operations involving classified information on an installation identified on the DD Form 254, the contractor shall take the following actions: (a) At least thirty days prior to beginning operations, notify the Information Protection Office shown in the distribution block of the DD Form 254 as to: (1) The name, address, and telephone number of this contract company's representative and designated alternate in the U.S. or overseas area, as appropriate; (2) The contract number and military contracting command; (3) The highest classification category of defense information to which contractor employees will have access; (4) The Air Force installations in the U.S. (in overseas areas, identify only the APO number(s)) where the contract work will be performed; (5) The date contractor operations will begin on base in the U.S. or in the overseas area; (6) The estimated completion date of operations on base in the U.S. or in the overseas area; and, (7) Any changes to information previously provided under this clause. (End of clause) 5352.209-9000 Organizational Conflict of Interest (OCT 2019) (a) The following restrictions and definitions apply to prevent conflicting roles which may bias the Contractor's judgment or objectivity, or to preclude the Contractor from obtaining an unfair competitive advantage in concurrent or future acquisitions. (1) Descriptions or definitions: ""Contractor"" means the business entity receiving the award of this contract, its parents, affiliates, divisions and subsidiaries. ""Development"" means all efforts towards solution of broadly-defined problems. This may encompass research, evaluating technical feasibility, proof of design and test, or engineering of programs not yet approved for acquisition or operation. ""Proprietary Information"" means all information designated as proprietary in accordance with law and regulation, and held in confidence or disclosed under restriction to prevent uncontrolled distribution. Examples include limited or restricted data, trade secrets, sensitive financial information, and computer software; and may appear in cost and pricing data or involve classified information. ""System"" means the system that is the subject of this contract. ""System Life"" means all phases of the system's development, production, or support. ""Systems Engineering"" means preparing specifications, identifying and resolving interface problems, developing test requirements, evaluating test data, and supervising design. ""Technical Direction"" means developing work statements, determining parameters, directing other Contractors' operations, or resolving technical controversies. (2) Restrictions: The Contractor shall perform systems engineering and/or technical direction, but will not have overall contractual responsibility for the system's development, integration, assembly and checkout, or production. The parties recognize that the Contractor shall occupy a highly influential and responsible position in determining the system's basic concepts and supervising their execution by other Contractors. The Contractor's judgment and recommendations must be objective, impartial, and independent. To avoid the prospect of the Contractor's judgment or recommendations being influenced by its own products or capabilities, it is agreed that the Contractor is precluded for the life of the system from award of a DoD contract to supply the system or any of its major components, and from acting as a subcontractor or consultant to a DoD supplier for the system or any of its major components. (End of clause) 5352.223-9001 Health and Safety on Government Installation (OCT 2019) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 Contractor Access to Air Force Installations (OCT 2019) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver s license, current vehicle registration, valid vehicle insurance certificate, and <> to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with <> citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) NOTICE TO OFFERORS Please fill out all requested information. If incomplete, you may be excluded from competition. To be eligible to receive an award resulting from this solicitation, contractors must be registered in the DoD System for Award Management (SAM) located at the following website: https://www.sam.gov/ In accordance with FAR 52.212-3, the offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. VENDOR'S QUOTE INFORMATION PAYMENT TERMS ESTIMATED DELIVERY DATE QUOTE EXPIRATION DATE WARRANTY QUOTED BY VENDOR INFORMATION ORDERING ADDRESS POINT OF CONTACT PHONE NUMBER FAX NUMBER E-MAIL ADDRESS REMIT TO ADDRESS CAGE CODE TAX ID NUMBER DUNS NUMBER SIZE OF BUSINESS WEB ADDRESS QUOTE DATE Attachments: List of Materials Brand Name Justification Statement of Work Wage Determination List of Materials CLIN 0001 Item Manufacturer Manufacturer Part # Description Qty Labor N/A N/A Installation Team Labor Cost 1 Travel N/A N/A Installation Team Travel Cost 1 1 Aruba JW179A HPE Aruba AP-275 FIPS/TAA - wireless access point - TAA Compliant - 2.4-GHz (600 Mbps max) and 5-GHz (1.3 Gbps max) radios, each with 3x3 MIMO and three integrated omni-directional antennas AP type: Outdoor, dual radio, 5-GHz 802.11ac and 2.4-GHz 802.11n. Power over Ethernet (PoE): 48 Vdc (nominal) 802.3at compliant source. Weatherproof and temperature-hardened 6 2 Aruba AP-270-MNT-V1 Mounting Bracket 6 3 Aruba JW175A HPE Aruba AP-225 FIPS/TAA - wireless access point - TAA Compliant 3 4 StarTech* N6PATCH6BL CAT6 Ethernet Cable 6' Blue 650MHz CAT 6 Snagless Patch Cord 9 5 Velcro* 151492 VELCRO(R) ONE-WRAP(R) 1/2" x 75 ft. Roll; Non-Plenum; Black 1 6 Platinum Tools* 100010C Cable End - EZRJ45 'EZ-RJ45 CAT6+ (50 Pack) 1 7 Platinum Tools* 100036 Cable Strain Relief 'EZ-RJ45 CAT6 (50 Pack) 1 8 Leviton* 69586-U24 eXtreme(R) Cat 6+ Flat Patch Panel, 110-Style, 24-Port 1 9 Beldon* 2413 D15A1000 Plenum Cat6 Multi-Conductor - Enhanced Category 6 Nonbonded-Pair Cables 4-pair U/UTP CMP Reel-in-Box Blue, 1000 ft 2 10 Panduit* NK6TMGR Cable Jack Cat6 keystone jack, Green, toolless, RJ45 female 9 11 Perle* S-1110PP-SFP-XT Fiber media converter - 10Mb LAN, 100Mb LAN, GigE, Min Operating Temperature :-40 degree Fahrenheit, Max Operating Temperature :167 degree Fahrenheit, Humidity Range Operating :5 - 90% (non-condensing) 3 12 Mean Well* HLG-240H-54 AC/DC Converter 3 13 Cisco* GLC-LH-SM Cisco 1000Base-LH SFP 3 14 N/A N/A Lift Rental 2 *Or Equal

Post-Bid

Communication

$300,000.00

Public - Federal

Site Work

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

11

Subscribe For Documents

5 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
127
Active Projects
68
Bidding Soon
1,017
All Active Projects
462
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

May 9, 2023

June 8, 2023

August 4, 2023

img_map_placeholder

350 Tully St, Hurlburt Field, FL

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.