Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2011 FBO #3666
SOURCES SOUGHT

60 -- CL008 Fiber Optics Project Office to Control Works

Notice Date
12/6/2011
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-12-B-0002
 
Archive Date
1/31/2012
 
Point of Contact
Michael Suprenant, Phone: 9077532555
 
E-Mail Address
michael.suprenant@us.army.mil
(michael.suprenant@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY FOR CL008 Fiber Optics Project Office to Control Works North Pole, ALASKA. OFFER OR PROPOSALS WILL NOT BE ACCEPTED FOR THIS NOTICE. THIS IS NOT A PRESOLICITATION. The District of the U.S. Army Corps of Engineers, Alaska is conducting market research prior to releasing a bid for this work in North Pole, Alaska. The scope of this project is to install fiber optic connectivity at the Chena River Lakes Project in North Pole, AK from the U.S. Army Corps of Engineers Project Office to the Control Works of Moose Creek Dam on the Chena River. Two separate 12 strand fibers shall be installed underground in conduit between these sites. Both fibers may be installed in the same conduit. Fibers shall not be spliced. The minimum burial depth for the fiber shall be 42 inches except for a 250 foot section under the seepage collection channel which requires a minimum burial depth of 72 inches. The approximate length of the alignment is 16,000 feet. Junction boxes shall be installed on the alignment at 1,500 foot intervals and at major direction changes where the fiber passes under the seepage collector channel. Junction boxes shall be lockable. The alignment follows a bicycle path west of the seepage collector channel for 12,000 feet, at which point it crosses under the channel, then continues north through the cleared area downstream of the stability berm of the dam to the control works. At both termination points, existing conduits shall be used to access the communications rooms and a spool of 15 feet of extra fiber shall be left at each end. These conduits are mounted to utility poles and shall be modified to terminate at new junction boxes placed near these poles. Unused conduit mounted to the poles shall be removed. Spools of 25 feet of fiber shall be left in each junction box. Warning tape and detection wire shall be installed above the fiber. Directional boring may be used to install the fiber under roadways, the bike path and the seepage collection channel. If roadway surfaces are excavated to install the fiber in a trench, the conduit under all roadways shall be encased in concrete and the finished surface of the roadways shall be restored to its original condition. Questions for the contractor: (1)List exterior fiber installation projects with fiber lengths exceeding 10,000 feet the contractor has completed in the last 5 years. (2)List the jobs has the contractor completed in the last 5 years that required directional boring. (3)List the jobs the contractor has completed in the last 5 years requiring buried installation of fiber optics under streams or other bodies of water. (4) Companies Bonding Capability (5) Small Business status This project is contingent on availability of funds. If the project is cancelled, all proposal preparation costs will be borne by the offeror. If a large firm is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirements for a subcontracting plan for that part of the work it intends to subcontract. The FY12 subcontracting goals for this contract are a minimum of 50% of the contractor's intended subcontract amount be placed with small businesses, 17% of that to small, disadvantaged businesses, 18.0% to woman-owned small business, 10% to HUB zone small businesses, 8.5% to veteran-owned small business, and 4.0% to service disabled veteran owned small business. All offerors are advised that they must be registered in CCR ( www.CCR.gov ) and ORCA ( http://orca.bpn.gov ) in order to receive an award. Joint ventures must also be registered in CCR and ORCA as a joint venture. We advise offerors to begin this process when they prepare their proposal in order to ensure registration is in place should they be selected for award. Contractor shall comply with commercial and industry standards, and all applicable federal, state, and local laws, regulations and procedures. The estimated magnitude of Construction is between $250,000 and $500,000. The intent of this Sources Sought is to research qualified firms with a primary North American Industrial Classification System (NAICS) code of 237130, which has a size standard of $33.5 million for a potential acquisition. In accordance with FAR 19.501 paragraph (c) The contracting officer shall conduct market research and review the acquisition to determine if this acquisition will be set aside for small business, or considered for an award to a small business under the 8(a) Program (see Subpart 19.8), HUBZone (see Subpart 19.13) or service-disabled veteran-owned programs (see Subpart 19.14 ). If the acquisition is set aside for small business based on this review, it is a unilateral set-aside by the contracting officer. The requirement for the submission of both performance and payment bonds, in an amount equivalent to 100% of the award price shall be applicable. Therefore, the successful firm shall have the capability to acquire such bonding. Please submit all information via email www.fbo.gov: Information must be submitted no later than 1400 hours, Alaska Standard Time, Monday, 9 January 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-12-B-0002/listing.html)
 
Place of Performance
Address: North Pole, Alaska, 99705, United States
Zip Code: 99705
 
Record
SN02633853-W 20111208/111206233953-3979bd58ac4bd2dd3e5f671466b9c5e0 (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.