Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2007 FBO #2215
SOLICITATION NOTICE

N -- Solicitation for cabling services

Notice Date
12/18/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
100 Raoul Wallenberg Place, SW, Washington, DC 20024
 
ZIP Code
20024
 
Solicitation Number
USHMM_RFP_9531_08_R_0300
 
Response Due
1/14/2008
 
Archive Date
7/12/2008
 
Point of Contact
Name: Bruce Falk, Title: Contracting Officer, Phone: 2023147828, Fax: 2024886182
 
E-Mail Address
bfalk@ushmm.org;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is USHMM_RFP_9531_08_R_0300 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 238210 with a small business size standard of $13M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-01-14 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20024 The UNITED STATES HOLOCAUST MEMORIAL MUSEUM requires the following items, Meet or Exceed, to the following: LI 001, Cabling Plan Requirements: The Contractor shall create drawings which clearly indicate all cable routings, connections, and terminations per the specifications listed in the RFP., 1, JOB; LI 002, Installation Requirements: The Contractor shall provide all material, equipment, supervision, etc., as required to design, furnish, and install a complete Voice/Data cabling system per the attached plans and the specifications listed in the RFP., 1, JOB; LI 003, Option 1: Disconnect/Reconnect Service At Museum's sole option, exercisable by written notice within five (5) calendar days of such service requirement, Contractor shall shall disconnect all computer and telephone equipment and prepare it for move by the move contractor and reconnect all computer and telephone equipment at the new stations and ensure network connectivity per the specifications listed in the RFP (Section C.5.1)., 1, JOB; LI 004, Option 2: Abandoned cable removal As part of this office relocation, the Museum will be vacating 33,133 rsf of office space at 950 L?Enfant Plaza, SW, Washington, DC 20024. At Museum's sole option, exercisable by written notice within five (5) calendar days of such service requirement, Contractor shall remove and dispose of all of the existing telecommunications cabling and all conduit, raceways, etc. in which it is run in the L?Enfant space per the specifications listed in the RFP (Section C.5.2)., 1, JOB; For this solicitation, UNITED STATES HOLOCAUST MEMORIAL MUSEUM intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. UNITED STATES HOLOCAUST MEMORIAL MUSEUM is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. The only acceptable evidence for establishing the time of proposal receipt shall be the FedBid time/date acknowledgement. Offerors shall submit their FULL PROPOSAL in soft (electronic) copy via FedBid and otherwise titled "RFP-9531-08-R-0300 - Proposal for USHMM cable installation services." In addition to providing pricing at www.FedBid.com for this solicitation (which shall include all Contractor's direct labor, indirect costs [e.g., overhead, G&A], and profit), each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal) directly to BRUCE A. FALK, CONTRACTING OFFICER at <BFalk@ushmm.org> with CC to FEDBID c/o <Fulya.Patrick@FedBid.com> so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with FAR 52.215-1, Instructions to Offerors - Competitive Acquisition (JAN 2004), which applies to this acquisition in addition to the instructions herein. Offerors whose proposals deviate from these instructions may be disqualified at the discretion of Museum. The following FAR clauses will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34, 52.233-2 SERVICE OF PROTEST (AUG 1996), and 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998). The full text of a FAR clause may be accessed electronically at <http://www.acqnet.gov/far> and <http://www.arnet.gov>. Museum expressly disclaims and neither guarantees nor warrants for e-mail security, the legibility of electronic format(s), and/or the corresponding accuracy of any printed submission to its electronic version. Offeror certifies that all of its electronic submissions have been verified as free of viruses using virus-check software that is standard in the industry and current to the present calendar month and year. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) [MINOR DEVIATION] The contract to be awarded shall incorporate one or more Federal Acquisition Regulation (FAR) 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 URL: http://www.arnet.gov SECTION E - INSPECTION AND ACCEPTANCE 52.246-4 INSPECTION OF SERVICES--FIXED-PRICE (AUG 1996) (Reference 46.304) SECTION F - DELIVERIES OR PERFORMANCE 52.211-8 TIME OF DELIVERY (JUN 1997) 52.242-17 GOVERNMENT DELAY OF WORK (APR 1984) (Reference 42.1305) G.1 MUSEUM REPRESENTATIVES. Notwithstanding the Contractor?s responsibility for total management during the performance of the contract, the administration of the Agreement will require maximum coordination between Museum and Contractor. Museum?s designated representatives and points of contact for purposes of this Agreement shall be the Contracting Officer (CO) and the Contracting Officer?s Technical Representative (COTR), as follows: G.1.1 CO Responsibilities. The CO has the authority to enter into, administer, and terminate the Agreement. Communications pertaining to contractual administrative matters shall be addressed to the CO. No changes in or deviation from any of the Agreement?s provisions, terms, conditions, including without limitation the scope of work, cost, or term provided herein shall be effected without a written modification to the Agreement executed by the CO authorizing such changes. G.1.2 COTR Responsibilities. ? The Contracting Officer will designate, in writing, an authorized representative(s) to discharge such duties and responsibilities as may be delegated to him. The representative(s) will not have authority to change or alter any of the terms and conditions of the contract. The Contracting officer is the sole authority to make changes in the contract. The contractor will be furnished a copy of the COTR delegation. ? The COTR will provide technical direction on contract performance. Technical direction includes: (1) direction to the Contractor which assists him in accomplishing the statement of work; and (2) comments on and approval of reports or other deliverables. ? Technical direction must be within the contract's statement of work. The COTR does not have the authority to issue technical direction which: (1) institutes additional work outside the scope of the contract; (2) constitutes a change; (3) causes an increase or decrease in the estimated cost of the contract; (4) alters the period of performance; (5) changes any of the other express terms or conditions of the contract. ? Technical direction will be issued in writing by the COTR or confirmed by him/her in writing within five (5) calendar days after verbal issuance. G.1.3 Contractor is advised that any reliance on direction from other than the CO or a COTR acting within the strict limits of the responsibilities as set forth above is undertaken at Contractor?s own risk and expense, as such actions do not bind the Museum contractually. All questions concerning the authority of a Museum employee to direct the Contractor contractually should be referred to the CO. [Offerors shall complete all blanks upon submission of their respective bids] G.2 CONTRACTOR REPRESENTATIVES. All Contractor personnel are provided below, specifically identified as ?Key Personnel? or else as generally defined to meet the minimum qualifications provided below. (Offerors shall provide this information in their business proposal by completing the form below or else separately with such list to be treated as though reproduced below.) G.2.1 General. The following person shall be contracted in the event of award for prompt Agreement notification and administration concerning specifications, schedules, and other necessary Agreement matters: (Name)____________________________________ (Title)____________________________________ (Street Address)____________________________ (City, State, Zip)____________________________ (Telephone & Facsimile No.)__________________ (E-mail address)____________________________ G.2.2 Key Personnel & Subcontractors. ? Contractor shall include the subcontractor(s) and key personnel to be assigned under this Agreement those persons listed below: (Offerors shall provide this information in their business proposal by completing the form below or else separately with such list to be treated as though reproduced below. The hourly rate column shall be completed only for categories of personnel whose optional services may be required by Museum.) NAME LABOR CATEGORIES HOURLY RATE ? Contractor shall not remove the Key Personnel assigned to this project without the consent of Museum. Contractor also will not remove such Key Personnel until he/she is replaced with a person/firm of equal or higher qualifications. ? Contractor shall not enter into any subcontracts other than those identified above for any of the work under this Agreement without obtaining the prior written approval of the CO. G.2.3 Qualifications of Contractor Personnel and Minimum Experience. ? Contractor shall ensure that staff and/or subcontractors dedicated to this project other than those Key Personnel defined above have the skills and experience level as described in Contractor?s Proposal. The service categories provided by the Contractor in performance of this Agreement shall embrace all critical services described in this contract. All Contractor personnel assigned to this Agreement are subject to Museum review in accordance with the provided level of qualifications. ? Museum shall reserve the right to recommend dismissal of a Contractor?s employee or subcontractor whose performance is detrimental to the satisfactory completion of contractual obligations. In addition, Contractor personnel found unacceptable by the Museum at any time shall be removed from performing under this Agreement. The CO shall deliver such notification in writing to the Contractor. G.3 SUBSTITUTION OF REPRESENTATIVES. The parties shall advise one another in writing of any substitution for said representatives. G.4 NOTICES. Any legal notices required hereunder shall be in writing and deemed delivered upon actual receipt of such notice when hand-delivered or sent by certified mail, postage prepaid, return receipt requested, or overnight express courier to the address first set forth above marked to the attention of the signatory of this Agreement for the party, or to such other address or person as a party may designate in writing from time to time. [N.B. Museum shall indicate invoice recipient upon award.] G.5 INVOICES G.5.1 Invoices shall be submitted monthly. Contractor shall submit invoice(s) to the COTR in accordance with the Project Plan for completed deliverables received and accepted by the COTR. Invoices shall be submitted in three originals to the United States Holocaust Memorial Museum, Attn: __________ 100 Raoul Wallenberg Place, SW, Washington, DC 20024-2150. To constitute a proper invoice, the invoices must include the following information and/or attached documentation: ? Name of Business Concern and invoice date ? Contract Number or other authorization for performance of service ? Description, price, and quantity of services delivered or rendered ? Name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. USE OF MUSEUM NAME H.1 Contractor shall not use the name of the Museum in any news release, public announcement, advertisement, or any other form of publicity, or disclose any of the terms of this Agreement to any third party without the prior written consent of the Museum. H.2 Contractor shall not use the Museum?s name, trademarks, or any other language, pictures, or symbols that could, in the Museum?s judgment, imply the Museum?s identity or endorsement by the Museum or any of its employees in any (1) written, electronic, or oral advertising or presentation or (2) brochure, newsletter, book, electronic database, or other written material of whatever nature, without the Museum?s prior written consent. H.3 Inclusion of Section. Contractor shall include the terms of this Section (?Use of Museum Name?) in any contracts with other parties providing services related to the performance of this Agreement, such as but not limited to subcontractors. 52.202-1 DEFINITIONS (JUL 2004); 52.203-3 GRATUITIES (APR 1984); 52.203-5 COVENANT AGAINST CONTINGENT FEES (APR 1984); 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUL 1995); 52.203-7 ANTI-KICKBACK PROCEDURES (JUL 1995); 52.203-8 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY (1/1997); 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997); 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (SEP 2005); 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (AUG 2000); 52.209-1 QUALIFICATION REQUIREMENTS (FEB 1995); 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (JAN 2005); 52.215-2 AUDIT AND RECORDS--NEGOTIATION (JUN 1999); 52.215-8 ORDER OF PRECEDENCE--UNIFORM CONTRACT FORMAT (OCT 1997); 52.215-10 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA (OCT 1997); 52.215-19 NOTIFICATION OF OWNERSHIP CHANGES (OCT 1997); 52.216-16 INCENTIVE PRICE REVISION--FIRM TARGET (OCT 1997); 52.216-18 ORDERING (OCT 1995); 52.216-19 ORDER LIMITATIONS (OCT 1995); 52.216-22 INDEFINITE QUANTITY (OCT 1995); 52.216-24 LIMITATION OF GOVERNMENT LIABILITY (APR 1984); 52.216-25 CONTRACT DEFINITIZATION (OCT 1997) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999); 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000); 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (JUL 2005); 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2004); 52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN (JUL 2005); 52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (FEB 1997); 52.222-3 CONVICT LABOR (JUN 2003); 52.222-4 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT--OVERTIME COMPENSATION (JUL 2005); 52.222-20 WALSH-HEALEY PUBLIC CONTRACTS ACT (DEC 1996); 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999); 52.222-29 NOTIFICATION OF VISA DENIAL (JUN 2003); 52.222-41 SERVICE CONTRACT ACT OF 1965, AS AMENDED (JUL 2005); 52.222-44 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT--PRICE ADJUSTMENT (FEB 2002); 52.222-50 52.222-50 COMBATING TRAFFICKING IN PERSONS (APR 2006); 52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (AUG 2003); 52.223-6 DRUG-FREE WORKPLACE (MAY 2001); 52.223-14 TOXIC CHEMICAL RELEASE REPORTING (AUG 2003); 52.224-1 PRIVACY ACT NOTIFICATION (APR 1984); 52.224-2 PRIVACY ACT (APR 1984); 52.225-1 BUY AMERICAN ACT--SUPPLIES (JUN 2003); 52.225-8 DUTY-FREE ENTRY (FEB 2000); 52.227-1 AUTHORIZATION AND CONSENT (JUL 1995); 52.227-2 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT (AUG 1996); 52.227-3 PATENT INDEMNITY (APR 1984); 52.228-5 INSURANCE--WORK ON A GOVERNMENT INSTALLATION (JAN 1997); 52.229-3 FEDERAL, STATE, AND LOCAL TAXES (APR 2003); 52.230-2 COST ACCOUNTING STANDARDS (APR 1998); 52.232-1 PAYMENTS (APR 1984); 52.232-8 DISCOUNTS FOR PROMPT PAYMENT (FEB 2002); 52.232-9 LIMITATION ON WITHHOLDING OF PAYMENTS (APR 1984); 52.232-17 INTEREST (JUN 1996); 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984); 52.232-23 ASSIGNMENT OF CLAIMS (JAN 1986); 52.232-25 PROMPT PAYMENT (OCT 2003); 52.232-33 PAYMENT BY ELECTRONIC FUNDS; TRANSFER--CENTRAL CONTRACTOR REGISTRATION (OCT 2003); 52.232-37 MULTIPLE PAYMENT ARRANGEMENTS (MAY 1999) 52.233-1 DISPUTES (JUL 2002); 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984); 52.237-7 INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE (JAN 1997); 52.239-1 PRIVACY OR SECURITY SAFEGUARDS (AUG 1996); 52.242-13 BANKRUPTCY (JUL 1995); 52.243-1 CHANGES--FIXED-PRICE (AUG 1987); 52.244-2 SUBCONTRACTS (AUG 1998); 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (FEB 2006); 52.245-2 GOVERNMENT PROPERTY (FIXED-PRICE CONTRACTS) (MAY 2004); 52.246-17 WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003); 52.246-25 LIMITATION OF LIABILITY--SERVICES (FEB 1997); 52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (MAY 2004); 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) (APR 1984); 52.252-4 ALTERATIONS IN CONTRACT (APR 1984); 52.253-1 COMPUTER GENERATED FORMS (JAN 1991); Offerors certify that they have completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA database information, Offerors verify by submission of their proposal and incorporation in their proposal by reference as of the date of the proposal that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this RFP. FAR 52.216-1 TYPE OF CONTRACT (APR 1984 - MINOR DEVIATION) (Reference 16.105). The Government contemplates award of a Firm Fixed Price contract (with firm, fixed price option(s) for as-needed disconnect/reconnect services and removal/disposal of abandoned cabling) resulting from this solicitation. The anticipated schedule for definitizing this contract is: December 20, 2007 === RFP Released; January 4, 2008, 11 AM ET === Closing date for RFP Q&A; January 15, 2008, 11 AM ET === Proposals Due; January 18, 2008 === Proposal Evaluations; January 23, 2008 === Selection; January 31, 2008 === Contract Execution Date Inquiries, questions, and all correspondence concerning this solicitation document should be submitted via FedBid, referencing USHMM RFP-9531-08-R-0300. No verbal modifications will be considered. All questions must reference specific parts of the solicitation including page numbers and will only be received until Thursday, January 3rd, at 11:00 AM ET. Replies will be made in writing, and distributed to all vendors via FedBid posting. By checking this FedBid Buy Term, Offeror hereby certifies, represents, and warrants that: ? Offeror possesses all licenses/permits required to perform telecommunications cabling installations in the District of Columbia; ? If awarded the contract, all of the work performed hereunder shall comply with all applicable codes and standards; ? The personnel that Offeror proposes to have perform the work solicited herein are fully trained and manufacturer-certified in the design and installation of the cabling system with a full working knowledge of low voltage cabling systems; ? Offeror's proposed solution includes a valid manufacturer's system warranty (minimum 10 years); ? Offeror has been in business for a minimum of five years and has a minimum of five years' experience completing projects of a similar size and scope; ? Offeror?s proposed team (including any subcontractor(s)) has worked together previously on projects of similar scope and complexity to the one solicited pursuant to this RFP; ? Offeror?s proposed team (including any subcontractor(s)) has completed projects of this type on budget and on schedule; ? Offeror?s proposed team (including any subcontractor(s)) has the capacity to start and perform this project in conjunction with construction at the Portals, in coordination with Museum's general contractor, and in a manner consistent with the schedule provided. Contractor shall keep the project adequately staffed until its completion. For purposes of submitting an installation schedule in its Technical Proposal, Offeror understands that Portals construction is anticipated to start mid-January, 2008 and Museum occupancy is anticipated to take place in late March 2008. By checking this FedBid Buy Term, Offeror further hereby certifies, represents, and warrants that if awarded the contract: ? All equipment and materials included in this installation shall be of new manufacture and meet all specified standards defined in the scope and the manufacturer?s specification; ? All on-site personnel shall be provided necessary safety equipment by the Contractor as specified by OSHA and will adhere to all safety standards defi -- Please refer to FedBid for complete list of contract requirement(s) and terms and conditions.
 
Web Link
www.fedbid.com (b-60191_07, n-10056)
(http://www.fedbid.com)
 
Place of Performance
Address: Washington, DC 20024
Zip Code: 20024
Country: US
 
Record
SN01472489-W 20071220/071218225403 (fbodaily.com)
 
Source
FedBizOpps 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.