SOLICITATION NOTICE
D -- Data Cabling Installation Services
- Notice Date
- 2/4/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
- ZIP Code
- 20237
- Solicitation Number
- BBGCON1802S5268
- Response Due
- 2/13/2002
- Archive Date
- 2/28/2002
- Point of Contact
- Brent Peavler, Contracting Officer, Phone 202-619-3545, Fax 202-260-0855, - Herman Shaw, Contracting Officer , Phone 202-205--8412, Fax 202-260-0855,
- E-Mail Address
-
bpeavler@ibb.gov, hshaw@ibb.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is BBGCON1801S5268 and this solicitation is issued as a request for proposal (RFP). This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-03. This procurement is being set aside for small business and the NAICS code is 541513 and the size standard is $18 million. The proposed line item numbers, descriptions, and units follow. Line items 50 and 51 are surcharges for emergency response. There is no minimum guarantee for any items on this contract (items 1 through 83). Section 1 - Government Purchase of Materials and Installation and/or Material Removal and/or Material Relocation. Line Item No. 1, Provide and install thick Ethernet coaxial data cable, plenum grade, meeting all IEEE requirements and specifications, ft.; Line Item No. 2, Remove and dispose of thick Ethernet coaxial data cable in Line Item 1, ft.; Line Item No. 3, Relocate thick Ethernet coaxial data cable in Line Item 1, ft.; Line Item No. 4, Provide and install unshielded twisted pair, category 5e, data cable, plenum grade, meeting all IEEE requirements and specifications, ft.; Line Item No. 5, Remove and dispose of unshielded twisted pair, category 5e, data cable in Line Item 4, ft.; Line Item No. 6, Relocate unshielded twisted pair category 5e, data cable in Line Item 4, ft.; Line Item No. 7, Provide and install unshielded twisted pair, category 6, data cable, plenum grade, meeting all IEEE requirements and specifications, ft.; Line Item No. 8, Remove and dispose of unshielded twisted pair, category 6, data cable in Line Item 7, ft.; Line Item No. 9, Relocate unshielded twisted pair category 6, data cable in Line Item 7, ft.; Line Item No. 10, Provide and install thick Ethernet Terminators, ea.; Line Item No. 11, Replace thick Ethernet Terminators in Line Item 10, ea.; Line Item No. 12, Relocate and dispose of thick Ethernet Terminators in Line Item 10, ea.; Line Item No. 13, Provide and install concentrators, routers, switches, etc., includes installation of plywood backing and shelves, and miscellaneous fasteners (screws, D rings, ties, etc.) as well as cabling and wiring of equipment, ea.; Line Item No. 14, Remove and dispose of items in Line Item 13, ea.; Line Item No. 15, Relocate items in Line Item 13, ea.; Line Item No. 16, Provide and install external UTP RJ-45 wall plates and boxes, ea.; Line Item No. 17, Provide and install internally mounted UTP RJ-45 wall plates and boxes, ea.; Line Item No. 18, Relocate external UTP RJ-45 wall plates and boxes in Line Item 16, ea.; Line Item No. 19, Relocate internally mounted UTP RJ-45 wall plates and boxes in Line Item 17, ea.; Line Item No. 20, Provide and install panduit wall raceway, ft.; Line Item No. 21, Provide and install AUI cable, ft.; Line Item No. 22, Relocate AUI cable in Line Item 21, ft.; Line Item No. 23, Remove and dispose of AUI cable in Line Item 21, ft.; Line Item No. 24, Provide and install Ethernet tap and transceiver, ft.; Line Item No. 25, Relocate Ethernet tap and transceiver in Line Item 24, ea.; Line Item No. 26, Remove and dispose of Ethernet tap and transceiver in Line Item 24, ea.; Line Item No. 27, Provide and install patch panels, including punching down at panels., ea.; Line Item No. 28, Provide and install 1" and 2" inter-duct plenum rated conduit. All 2" conduit shall be securely mounted at least every 10 feet, but not to dropped ceiling, ft.; Line Item No. 29, Provide and install ZIP cord (pair of) fiber optic cable (w/SC connectors on each end), ft.; Line Item No. 30, Install Government furnished 12 strand fiber ribbon optic cable with MTP connectors in multiples of 1 fiber optic cable all within plenum rated interduct, ft.; Line Item No. 31, Install Government furnished 12 strand fiber ribbon optic cable with MTP connectors in multiples of 6 fiber optic cable all within plenum rated interduct, ft.; Line Item No. 32, Install Government furnished 12 strand fiber ribbon optic cable with MTP connectors in multiples of 12 fiber optic cable all within plenum rated interduct, ft.; Line Item No. 33, Provide and install SC fiber optic cable connectors (must include "cleaving" and describe the method used); Line Item No. 34, Provide and install break-out boxes (as FCI gators, Ortronics FDMs, etc.) onto existing concrete ceilings above dropped ceilings, ea.; Line Item No. 35, Provide and install FDM's in existing zone boxes, ea.; Line Item No. 36, Provide and install FCI patch panels enclosures in existing 19" racks, ea.; Line Item No. 37, Provide and install FDMs in existing FCI patch panels, ea.; Line Item No. 38, Provide and install FORE ATM switches in 19" racks, ea.; Line Item No. 39, Provide and install SC to SC duplex fiber optic cable from a ceiling mounted break-out-box to wall or furniture mounted SC coupled interface boxes with an average length of 40 feet with each interface boxes including a machine made drop identifier (label) as "3 ZB6-G09/D", ea.; Line Item No. 40, Repair of 6 FOC MTP connector, ea.; Line Item No. 41, Repair of 12 FOC MTP connector, ea.; Line Item No. 42, Trouble shooting, hr.; Line Item No. 43, Provide and install 24 Port 110 RJ-45 Cat 5e Patch Panel, ea.; Line Item No. 44, Provide and install 24 Port 110 RJ-34 Cat 6 Patch Panel, ea.; Line Item No. 45, Provide and install 48 Port 110 RJ-45 Cat 5e Patch Panel, ea.; Line Item No. 46, Provide and install 48 Port 110 RJ-45 Cat 6 Patch Panel, ea.; Line Item No. 47, Provide and install 96 Port 110 RJ-45 Cat 5e Patch Panel, ea.; Line Item No. 48, Provide and install 96 Port 110 RJ-45 Cat 6 Patch Panel, ea.; Line Item No. 49, Remove and dispose of UTP category 3, 4, and/or 5 data cable, ft. Line Item No. 50, Emergency Services: The normal response time for service calls shall be 8 hours. Emergency service labor surcharge for 2-hour response time (expressed as a percentage increase from normal response time); Line Item No. 51, Emergency Services: The normal response time for service calls shall be 8 hours. Emergency service labor surcharge for 4-hour response time (expressed as a percentage increase from normal response time); Section 2 - Government Purchase of Materials Only. Line Item No. 52, 400 BA&C surface raceway (Panduit) or equivalent, ft.; Line Item No. 53, UTP, Cat 5e, 5 ft., jumper/patch cables (PVC), ea.; Line Item No. 54, UTP, Cat 5e, 10 ft., jumper/patch cables (PVC), ea.; Line Item No. 55, UTP, Cat 5e, 15 ft., jumper/patch cables (PVC), ea.; Line Item No. 56, UTP, Cat 5e, 20 ft., jumper/patch cables (PVC), ea.; Line Item No. 57, UTP, Cat 5e, 25 ft., jumper/patch cables (PVC), ea.; Line Item No. 58, UTP, Cat 5e, 50 ft., jumper/patch cables (PVC), ea.; Line Item No. 59, UTP, Cat 6, 5 ft., jumper/patch cables (PVC), ea.; Line Item No. 60, UTP, Cat 6, 10 ft., jumper/patch cables (PVC), ea.; Line Item No. 61, UTP, Cat 6, 15 ft., jumper/patch cables (PVC), ea.; Line Item No. 62, UTP, Cat 6, 20 ft., jumper/patch cables (PVC), ea.; Line Item No. 63, UTP, Cat 6, 25 ft., jumper/patch cables (PVC), ea.; Line Item No. 64, UTP, Cat 6, 50 ft., jumper/patch cables (PVC), ea.; Line Item No. 65, Crimp-on fiber optic connector, ea.; Line Item No. 66, Polymer fiber optic connector, ea.; Line Item No. 67, Other fiber optic connectors, ea.; Line Item No. 68, Cabletron ST-500-1 transceivers with AUI connector, ea.; Line Item No. 69, AUI plenum cable, 8 ft., with M-F "D" connectors, meeting all IEEE requirements and specifications for this type of cable, ea.; Line Item No. 70, AUI plenum cable, 10 ft., with M-F "D" connectors, meeting all IEEE requirements and specifications for this type of cable, ea.; Line Item No. 71, AUI plenum cable, 15 ft., with M-F "D" connectors, meeting all IEEE requirements and specifications for this type of cable, ea.; Line Item No. 72, AUI plenum cable, 25 ft., with M-F "D" connectors, meeting all IEEE requirements and specifications for this type of cable, ea.; Line Item No. 73, AUI plenum cable, 50 ft., with M-F "D" connectors, meeting all IEEE requirements and specifications for this type of cable, ea.; Line Item No. 74, AUI plenum cable, 75 ft., with M-F "D" connectors, meeting all IEEE requirements and specifications for this type of cable, ea.; Line Item No. 75, AUI plenum cable, 100 ft., with M-F "D" connectors, meeting all IEEE requirements and specifications for this type of cable, ea.; Line Item No. 76, AUI plenum cable, 150 ft., with M-F "D" connectors, meeting all IEEE requirements and specifications for this type of cable, ea.; Line Item No. 77, Unshielded twisted pair, category 6 cable, plenum cable, meeting all IEEE requirements and specifications for this type of cable, ft.; Line Item No. 78, SC to SC pre-made, 6 ft., duplex fiber optic cable (FOC), ea.; Line Item No. 79, SC to SC pre-made, 25 ft., duplex fiber optic cable (FOC), ea.; Line Item No. 80, SC to SC pre-made, 40 ft., duplex fiber optic cable (FOC), ea.; Line Item No. 81, SC to SC pre-made, 70 ft., duplex fiber optic cable (FOC), ea.; Line Item No. 82, MTP 6 strand MM FOC with MTP connectors, ft.; Line Item No. 83, MTP 12 strand MM FOC with MTP connectors, ft. The offeror shall provide a price per unit for each line item listed above for use in the issuance of a task orders. The offeror may provide quantity discounts for any line item listed above (ie, price for up to 50 ft, 50 - 100 ft, etc.). In addition, the offeror shall provide option year pricing for years 1 through 4. This may be in the form of an escalation factor or separate individual pricing for each line item. The Government will purchase data cabling installation supplies and services for the items listed above on a requirements basis, as defined in FAR Part 16.503 only for the Office of Computing Services activity at their Headquarters (Washington, DC) location. Depending on circumstances, other Headquarters Agency Activities (offices) may also have their requirements met via this proposed contract. The proposed contract may be modified at some future date to allow other agency activities to directly place orders on this proposed contract. The Contractor shall provide, install, relocate, replace and remove data cable (i.e., fiber-optic, including MTP, twisted-pair, and coaxial data cables) and associated devices such as terminators, connectors, concentrators, wall plates and junction boxes in a workmanlike and professional manner. The contractor shall be responsible for cleaning up any job-related debris and replacing any damaged property (such as ceiling tiles). The specific dates and places of delivery will be described in each Task Order (FOB Destination). In general, the location of the work described in Section 1 is in and between two buildings: Cohen and Switzer buildings located at 330 Independence Ave., SW, Washington, DC and 330 C St., SW, Washington, DC respectively. The buildings are across the street from one another separated by the 300 block of C Street, SW. The delivery location for the Line Items listed in Section 2 of this contract is: Broadcasting Board of Governors (BBG) International Broadcasting Bureau (IBB) Office of Computing Services (M/T) Room 4318, Cohen Building 330 Independence Ave., SW Washington, DC 20237 Attn: Ken Carter, M/TN The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation -- Commercial Items, is hereby incorporated by reference. The evaluation factors follow, in order of importance: (i) price; (ii) technical capability of the item offered to meet the Government requirement; (iii) past performance (see FAR 15.304). Price is more important than the non-price factors listed above. The offeror shall provide at lease three current references for similar work to help the government in its non-price evaluation of the contractors proposal. To be considered, interested firms shall have a minimum of three (3) years of documented and verifiable experience in providing the same and/or similar service to at least three (3) Federal agencies in the Washington Metropolitan Area. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (This provision can be found at the following web site: http://www.arnet.gov/far/) FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and incorporates the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C.253g and 10 U.S.C.2402); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer); 52.219-8, Utilization of Small Business Concerns (15 U.S.C.637(d)(2) and (3)); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O.11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C.4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C.793); 52.225-1, Buy American Act - Balance of Payments Program - Supplies (41 U.S.C.10a-10d); 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub.L.103-355, section 7102, and 10 U.S.C.2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer); Alternate I of 52.219-23; 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (31 U.S.C.3332); 52.239-1, Privacy or Security Safeguards (5 U.S.C.552a). The following clauses are incorporated by reference: 52.216-18 -- Ordering (Oct 1995) 52.216-19 -- Order Limitations (Oct 1995) 52.217-8 -- Option to Extend Services (Nov 1999) 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) The annual maximum (cumulative) ordering limitation is $300,000. The maximum order on any individual Task Order is $70,000. The minimum Task Order will be at least $100. There is no contract minimum guarantee. The estimated total order per year is approximately $100,000. This estimate is not a representation to offerors that this estimated quantity will be required or ordered, or that conditions affecting requirements will be stable or normal. The following Provision is included in this solicitation: 52.216-1 -- Type of Contract (Apr 1984) The Government contemplates award of a Requirements contract resulting from this solicitation. (End of Provision) The performance term will consist of a base period of one year with four (4) one-year option periods that may be exercised by the Government. The anticipated award date is February 28, 2002. The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this procurement. Numbered note 1 applies to this solicitation which says that the proposed contract is 100% set aside for small business concerns. The offerors shall provide two separate proposals: 1) price, and 2) non-price (technical capability, past performance). Offers are due by 2:00 PM on February 13, 2002 at the following address: Broadcasting Board of Governors (BBG) International Broadcasting Bureau (IBB) Office of Contracts Room 2517, Switzer Building 330 Independence Ave., SW Washington, DC 20237 Attn: Brent Peavler, M/CON Offers will not be accepted via e-mail. Three copies of the offer are required. Information regarding this solicitation can be obtained by calling the contracting officer, Brent Peavler, at (202) 619-3545, or via e-mail at bpeavler@ibb.gov. All interest parties may submit an offer, which will be considered by the BBG/IBB.
- Place of Performance
- Address: Broadcasting Board of Governors, International Broadcasting Bureau, Headquarters Office Spaces, Washington, DC
- Zip Code: 20237
- Zip Code: 20237
- Record
- SN20020206/00021812-020204234409-W (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |