Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2009 FBO #2877
SOURCES SOUGHT

S -- Fiber Optic Cable installation

Notice Date
10/8/2009
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
ACA, Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
 
ZIP Code
76544-5025
 
Solicitation Number
W91151-09-R-XXXX
 
Response Due
10/26/2009
 
Archive Date
12/25/2009
 
Point of Contact
Rebecca Coon, 254-288-0292
 
E-Mail Address
ACA, Fort Hood
(rebecca.coon@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Responses to this Request for Information (RFI) are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is for market research purposes only. Respondents should not submit any proprietary information when responding to this RFI. Respondents should also note that the Government will not return any information submitted in response to this RFI. The Government is not responsible for any costs incurred by respondents regarding any responses to this RFI. Respondents must submit capability statements that clearly define the firms ability to perform the work stated in this RFI in conjunction with the Sample Scenario. The contractor shall install all communications infrastructure required (inside and outside plant) to provide voice and data communications to new and refurbished buildings and required communication infrastructure changes to existing buildings. Communications requirements will include all fiber and copper cable, horizontal and riser cable segments, racks, cabinets, equipment, termination points, miscellaneous materials and hardware to provide an end to end usable communication system as specified in the communications statement of work. Removal of cable, equipment, cabinets, racks and hardware and/or pull back and capping of cable for future requirements shall also be supported. Contractor shall provide incidental outside plant construction required to connect a building to the nearest government installation backbone cable interconnection point. Communications shall be installed per Fort Hood NEC Installation Design Guide, Fort Detrick Installation Information Infrastructure Design Guide and Industry Standards. The contractor shall test installed cable and termination hardware and provide test results meeting Ft. Hood NEC Installation Design Guide and industry standards using contractor provided test sets capable of performing the required tests. The contractor shall provide on site supervision that is trained to industry certification standards, such as, but not limited to Building Industry Consulting Service International (BICSI) standards to install cable and/or manufacture trained to install systems, hardware and terminations to published industry and manufacture standards. The contractor shall provide test results, redline drawings, as-built drawings or other documentation as required in the communications statements of work. THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool (FAR Part 10) being used to determine potential large and small business firms to include 8(a) certified firms, HUBZone, Woman Owned SB, and Service Disabled Veteran Owned SB firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. It is also a tool to get feedback on the requirement, such as, job skills, NAICS code and how the job would be priced, as detailed in the Sample Tasks Scenerio. Feedback is encouraged and appreciated. The NAICS contemplated for this requirement is 238210, Electrical and Other Wiring Installation Contractor with a size standard of $14M. The Government will use responses to this sources sought synopsis to make an appropriate acquisition decision about soliciting this project as either a competitive Set-Aside for Service Disabled-Veteran Owned firms, 8(a) firms, HubZone firms, Small Businesses; or to proceed with full and open competition as Unrestricted. Interested sources shall submit a Statement of Capability demonstrating the ability to meet the above requirements. Include business size in relation to the NAICS code 238210 in your Statement of Capability. The response must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirements. The Government is not obligated to and will not pay for any information received from respondents as a result of this RFI. REQUIREMENTS:Refer to the Attached Sample Tasking Scenerio. The Government request that the firms provide feedback on the NAICS code, types of job skills required and how the requirement would be priced. Services will be performed on-site. The following are examples of anticipated labor categories under this requirement: Copper and Fiber Installation Technician, Data Equipment Installation Technician, Telecommunications Equipment Installation Technician, Repair Technician, Manufactured Protected Distribution Installation Technician and Testing/Certification Technician of the Cable Installation function. SUBMITTAL INFORMATION: It is requested that interested sources submit to Rebecca Coon at rebecca.coon@us.army.mil a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in the attached draft performance based work statement and sample tasking. A generic capability statement is not acceptable. Please review carefully the requirements listed below. This documentation must address, at a minimum, the following: (1) title of the PWS you are applying to; (2) company profile to include number of employees, DUNS number, CCR status and a statement regarding current small/large business status; (3) Is the vendor capable of working multiple task orders concurrent? Example: Three locations with 3 personnel at each site. (4) Will the vendor be able to have qualified supervision and/or technicians as noted in the requirement statement to provide technical supervision on all work sites to verify work is being done correctly to both technical standards and per the statement of work for each task order? (5) How quickly will the vendor respond to make corrections after a project is checked for quality and one or more issues has been noted? (6) Does the vendor own or have access to the test sets required for doing complete conformance testing on both CAT6 and fiber cable? Example: CAT6 testing to meet insertion loss, return loss, NEXT, FEXT and fiber testing for OTDR print out and optical loss. (7) Is the vendor able to do outside construction such as plowing, trenching, buried conduit and aerial? (8) Does contractor have experience with US Army installations communication infrastructure. (9) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein; (10) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include qualifications, specific experience of personnel, (11) management approach to staffing this effort with qualified personnel; (12) companys ability to perform at least 51% of the work; and (13) companys ability to begin performance upon contract award. The capability statement package and the response to the Scenerio shall be emailed to Rebecca Coon, Contract Specialist. Submissions must be received no later than 4:00 p.m. CST on 27 October 2009. Questions or comments regarding this emailed to the above. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the government make the acquisition decision, which is the intent of this sources sought announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/40ad89abfe5feb39f8ded95f7cd62e23)
 
Place of Performance
Address: ACA, Fort Hood Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX
Zip Code: 76544-5025
 
Record
SN01982521-W 20091010/091008235124-40ad89abfe5feb39f8ded95f7cd62e23 (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.