Similar Projects
Replace Municipal Complex Irrigation System - FA-17-001 - City of Cheyenne
Infrastructure
Conception
$400,000 CJ est. value
Fe Warren Afb, WY 82005

Street and Alley Facility Expansion - ST-14-001 - City of Cheyenne
Addition, Infrastructure - 14,700 SF
Conception
$2,527,000 CJ est. value
Cheyenne, WY 82001

Western Hills Drainage - EN-14-029 - City of Cheyenne
Infrastructure
Design
$1,000,000 CJ est. value
Cheyenne, WY 82009

Mural Stair Painting
Renovation
Design
Cheyenne, WY 82001

Pine Bluffs - Nebraska (East US 30)
Infrastructure
Bidding
$2,206,000 CJ est. value
Pine Bluffs, WY 82082

Construct Ground Based Strategic Deterrence (GBSD) Missile Handling Complex (MHC)
New Construction, Infrastructure
Bidding
$100,000,000 CJ est. value
Fe Warren Afb, WY 82005

Regrading and Resurfacing Project
Infrastructure
Post-Bid
$359,000 CJ est. value
Cheyenne, WY 82001

Storm Water Pond Sediment Removal and Liner Replacement Project
Infrastructure
Post-Bid
$226,600 CJ est. value
Cheyenne, WY 82001

Clear Creek Park Basketball Court
Infrastructure
Results
$180,368 CJ est. value
Cheyenne, WY 82007

Greater Cheyenne Greenway, Lions Park Greenway Spot Repair
Infrastructure
Results
$58,283 CJ est. value
Cheyenne, WY 82001

Storey Boulevard and Ridge Road Signalized Intersection
Infrastructure
Construction
$480,000 CJ est. value
Cheyenne, WY 82001

Cheyenne Public Safety Center facility (CPSC) Buildout - City of Cheyenne
New Construction, Infrastructure
Construction
$2,298,310 CJ est. value
Cheyenne, WY 82001

Hyatt Place Hotel and Cheyenne Center
New Construction, Infrastructure - 70,000 SF
Pending Verification
$55,000,000 CJ est. value
Cheyenne, WY 82007

Downtown Development Authority District Improvements - City Of Cheyenne
Infrastructure
Pending Verification
$6,000,000 CJ est. value
Cheyenne, WY 82001

Dell Range/Rue Terre Intersection - EN-14-008 - City of Cheyenne
Infrastructure
Conception
$4,000,000 CJ est. value
Cheyenne, WY 82009

Last Updated 09/26/2023 08:02 AM
Project Title

Innerduct Conduit Space Recovery

Physical Address View project details and contacts
City, State (County) Cheyenne, WY 82005   (Laramie County)
Category(s) Government/Public, Heavy and Highway
Sub-Category(s) Military Facility, Site Development
Contracting Method Competitive Bids
Project Status Bidding, Request for Qualifications, Construction start expected September 2023
Bids Due View project details and contacts
Estimated Value $100,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Combined Synopsis/Solicitation Solicitation Number: FA461323Q0013 Purchase Description: Innerduct Conduit Space Recovery 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. This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov as a Total Small Business Set Aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461323Q0013, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 237130, with a small business standard of $45.0M. The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) 2023-04 effective 02 June 2023, Defense Federal Acquisition Regulation Supplement (DFARS) effective 09 June 2023 and Air Force Federal Acquisition Regulation Supplement (AFFARS) effective 08 May 2023. DESCRIPTION OF SERVICE: The contractor shall provide all management, tools, supplies, equipment, and labor necessary to remove the rigid innerduct and shall install flexible fabric innerduct. The contractor shall provide a no-dig conduit space recovery solution to safely remove rigid innerduct from around active fiber cables with little to no load on the line, with no interruption of service, and provide flexible fabric innerduct placements at each manhole, located on F. E. Warren AFB communications conduit duct. After removal of the rigid innerduct, the contractor shall install flexible fabric innerduct. All work shall be performance in accordance with (IAW) Attachment 1 - Performance Work Statement (07 July 2023). CLIN STRUCTURE: CLIN 0001: Removal of Rigid Innerduct Quantity: 19,500 Unit of Issue: Linear Foot Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0002: Installation of Flexible Fabric Innerduct Quantity: 19,500 Unit of Issue: Linear Foot Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ All CLIN's F.O.B. Destination. LIST OF ATTACHMENTS: Attachment 1 - Performance Work Statement (07 July 2023) Attachment 2 - Map Attachment 3 - Provisions and Clauses Attachment 4 - Supplemental Clauses Attachment 5 - Site Visit Agenda Attachment 6 - Wage Determiation PERIOD OF PERFORMANCE: Performance shall be completed 50 calendar days or less after award date. PLACE OF PERFORMANCE: Francis E. Warren AFB, WY 82005 OTHER INFORMATION: Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award. QUESTIONS: Questions shall be sent by e-mail to jason.moldenhauer.1@us.af.mil and trisha.lamarr@us.af.mil by Thursday, July 20, 2023; by 1000 (Mountain Daylight Time). INSTRUCTIONS TO OFFERORS: Offerors shall comply with FAR 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services (Mar 2023) FAR 52.212-1 is hereby tailored as follows: 1. Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. 2. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. 3. The term "offeror" or "offer" as used in FAR 52.212-1 shall be understood to mean "quoter" and "quote," respectively. Further, the term "award" shall be understood to describe the Government's issuance of an order. 4. The Government will consider all quotes that are timely received and will not consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable. 5. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:(n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission: 5.1.1 Cover Page to Include the following: Quote must include the following information either on cover page, email, or in the quote: 5.1.1.1 Company Name and Company Doing Business As (if applicable) 5.1.1.2 Physical Address 5.1.1.3 Cage code 5.1.1.4 Unique Entity ID 5.1.1.5 Point of Contact 5.1.1.6 Phone number 5.1.1.7 Email address 5.1.1.8 Business Type 5.1.2 Firm Fixed Pricing to include: 5.1.2.1 Price Per CLIN 5.1.2.2 Total Price 5.1.2.3. Discount Terms (if applicable) 5.1.2.4 Quote Number (if applicable) 5.1.2.5 Quote Valid Until Date 5.1.2.6 Period of performance in calendar days 5.1.3 Performance Plan: 5.1.3.1 Contractor shall provide a schedule of work that shows the work can be completed in 50 days or less. 5.1.3.2 Contractor shall provide a detailed explanation of their procedures to extract the rigid innerduct from around active fiber lines in an underground environment. 5.1.3.3 Contractor shall show the ability to average the removal of 650 feet of rigid innerduct per day. 5.1.3.4 Contractor shall show the ability to average the installation of 650 feet of flexible fabric per day. EVALUATION: ADDENDUM TO FAR 52-212-2 EVALUATION--COMMERCIAL ITEMS (Nov 2021) Paragraph (a) is hereby replaced with the following: (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. Award will be made to the offeror with the lowest price technically acceptable (LPTA). Quotes that do not include all requested information in FAR 52.212-1 in 5.1.1 will be considered nonresponsive. The following factor(s) shall be used to evaluate offers: 1.1 Price: Award will be made to the lowest priced technically acceptable. 1.1.1 The lowest priced quote will be evaluated for technical acceptability first. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government's best interest to do so. 1.1.2 Price will be evaluated using the total evaluated price (TEP) on the bottom-line price for the entire effort, inclusive of all options. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable. 1.1.3. Pricing must meet the requirements/specifications in FAR 52.212-1 in 5.1.2. No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. 2.1.1 Performance Plan Details: 2.1.1.1 The Government shall evaluate the performance plan submitted IAW FAR 52.212-1 5.1.3. Performance plan will receive a rating of "Acceptable" if they meet the requirements or they will receive a rating of "Unacceptable." If there is no performance plan the offeror will receive a rating of "Unacceptable."

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents