Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2004 FBO #0865
SOLICITATION NOTICE

38 -- Provide materials and labor for Fiber Optic/Copper Data Lines for installation of voice/phone system for MO AVCRAD Shop, Springfield, MO

Notice Date
4/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS-04-T-0065
 
Response Due
5/10/2004
 
Archive Date
7/9/2004
 
Point of Contact
Patsy Huth, 573-638-9629
 
E-Mail Address
Email your questions to USPFO for Missouri
(patsy.huth@mo.ngb.army.mil)
 
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. This notice is issued as a Request for Quotation (RFQ) and this document serves as the solicitation. Solicitation number is W912NS-04-T-0065 (Document #W58M0C-4079-1000). Solicitation d ocument and incorporated provisions and clauses are current through Federal Acquisition Circular 2001-21. The procurement is 100% set aside for small businesses using NAICS code 237130. Contractor is to provide materials and labor for Fiber Optic/Copper Data Lines for installation of voice/phone system from the MO AVCRAD Shop, 2501 Lester Jones Avenue, Springfield, MO, to 5141 W. Cargo Road (Stinger Building) approximately 2,500 feet and from 2501 Lester Jones Avenue, Springfield, MO, to 3015(A) North Les ter Jones Avenue, Springfield, MO (Avionics Building) approximately 1,200 feet. Avionics Building will require CAT-5 cable and installation of data/phone jacks. Wiring for all optic and copper cables will enter building at a point to be determined at the Site Visit. It is estimated that 23 drops are required both for data CAT 5 and phone connections. Contractor is responsible for compliance with all City, County, and State Codes for this project. Cable will be a minimum burial depth of 24 inches. Mate rials and work will be in accordance with National Electrical Safety Code (NESC) Section 35, Table 352-1 and the National Electrical Code (NEC) Article 300, Table 300.5. Following award of contract, the Contractor will acquire an architectural drawing. T he drawing shall be registered with the City of Springfield. Upon approval by the City and the City subsequently filing a copy with the City Utilities, the letter of authorization to proceed will be issued. Dig Rite will also have to be contacted. Upon completion of project, a detailed diagram of cable location will be provided to the Government. A validation test is required, upon completion of project, to insure there are no breaks in either the fiber optic or copper lines. Clear signals are required between the three locations. The Government requires a minimum warranty of 90-days. Government desires Contractors to be within a 100-mile radius of Springfield, MO. A MANDATORY Site visit is required. Contractors who do not attend Site Visit will not be considered. Said site visit will be held at 2501 Lester Jones Avenue, Springfield, MO, on Thursday, April 29, 2004, at 10:30 a.m. (CDT). Closing date for quotations is Monday, May 10, 2004 at 10:00 a.m. (CDT). Following award of a contract and Notic e to Proceed, a 90-day period is allowed for project. Quotations shall provide a breakdown in cost for architectural drawing, cost for obtaining permits, all materials required for project, and number of hours required for work, with hourly rate, for a fi rm fixed price. Prevailing wage rates are applicable and may be viewed at http://www.wdol.gov. In accordance with FAR Clause 52.212-2, Evaluation Factors are Technical Qualifications, Past Performance (equal in rating value), Completion Date, and Cost. (Note: Agencies with no past performance history are asked to submit a list of not less than six Government references with whom they have done business.) Said list will contain a point of contact from Agency and telephone number. Award will be made bas ed on BEST VALUE to the Government. Contractor shall include with quotation package, a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications. The Government intends to evaluate quotations and award a contract without discussi on; however, Government reserves the right to conduct discussions, if determined to be necessary. Should discussions be deemed necessary, they will be conducte d either orally or in writing with offerors who are determined to be in the competitive range. The offeror will be given an opportunity to correct the deficiency and resubmit the offer. The following provisions and clauses apply to project. FAR 52.212-1 , Instructions to Offerors??????Commercial Items; Contract Terms & Conditions, 52.212-4; 52.252-5, Clauses Incorporated by Reference; Contract Terms and Conditions; 52.219-6, Notice of Total Small Business Set-Aside; 52.242-13, Bankruptcy; FAR Clause 52.21 2-2 Evaluation??????Commercial Items; 52.212-3, Offer Reps & Certs; 52.228-15 Performance and Payment Bond; 52.228-5 Insurance Work on a Gov. Installation. FAR 52.212-5 lists the following applicable clauses: 52.222-3, Convict Labor; 52.222-19, Child Lab or; 52.222-21, Probition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer; 52.232-3 6, Payment by third Party; 52.204-7, DFAR Clauses are: 252.204-7004 Alt A; 252.212-7000, Offeror Reps and Certs, 252.225-7001, Buy American Act; 252.225-7036, Buy American Act, North American Free Trade. Clauses may be viewed electronically at web site: http://farsite.hill.af.mil. Mandatory Site Visit is scheduled for Thursday, April 29, 2004, 10:30 a.m. (CDT). Quotation package is due Monday, May 10, 2004, at 10:00 a.m. (CDT). There will be no public bid opening. Quotations shall be mailed to: USP FO for MO, Attn: JFMO-PFC (Patsy Huth), 7101 Military Circle, Jefferson City, MO 65101. Questions may be directed to Patsy Huth, E-Mail Address: patsy.huth@mo.ngb.army.mil
 
Place of Performance
Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
Zip Code: 65101-1200
Country: US
 
Record
SN00561786-W 20040409/040407212424 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.