SOLICITATION NOTICE
N -- NETWORKS DROPS
- Notice Date
- 1/16/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- W81C4B23337265
- Response Due
- 1/23/2013
- Archive Date
- 3/17/2013
- Point of Contact
- Dennis Donaldson, 575-678-5453
- E-Mail Address
-
MICC - White Sands Missile Range
(dennis.g.donaldson@us.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. Solicitation # W81C4B23337265 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-62. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The NAICS code is 238210 quote mark Electrical Contractors and Other Wiring Installation Contractors quote mark and the business size standard is 14.0 million dollars. This combined synopsis/solicitation is issued as a 100% small business set-aside. This combined synopsis/solicitation contains one (1) contract line item number (CLIN): Description of Services: The contractor will install a total of 31 Cat 6 network cables drops. These drops will be terminated from Center for Countermeasures (CCM) cable plant to rooms 235, 203 and 108. CCM uses color codes for different networks within CCM. 1.1Network drop requirements 1.1.1. Large Conference Room (108) Network drops: 18 drops 6 blue drops 6 green drops 6 orange drops 1.1.2. Small Conference Room (235) Network drops: 8 drops 3 blue drops 3 green drops 2 orange drops 1.1.3. Director's Office (203) Network drops: 5 drops 3 blue drops 1 green drop 1 orange drop 1.1.4. The vendor shall provide all necessary equipment, labor, parts and tools necessary. 1.1.5. Kickoff meeting: discuss planning and implementation with integrators Installation team and CCM project lead (Ruben Vidal). 1.1.6. Walk through or on-site survey by cabling contractor to ensure any problems that are found are dealt with before start of new cabling. 1.1.7. All drops will be labeled at both the room and patch panel locations. 1.1.8. All drops will be tested and results along with new network drops drawings will be provided to CCM. 2.0 Scope of Work. The desired outcome of the cabling project is to have 31 new Cat 6 drops pulled from specified locations to CCM's cable plant. All new network cable drops will be professionally done so that the drops, faceplates, etc. are cosmetically appealing. 3.0 Hours of Operation. CCM work hours are as follows: 1. Flex week: Monday 0700 thru 1700 2. Non-flex week: Monday 0700 thru 1600 4.0 Contractors Projects Management Supervision. The contractor shall provide a project manager to ensure the performance of work. The project manager shall have full authority to act for the contractor during performance work. 5.0 Quality Assurance. The Government shall inspect and evaluate the contractor's performance to ensure services are received in accordance with requirements set forth in this contract 6.0 Security Requirements. CCM is a restricted building. Unless contractor has Security clearance, CCM will provide escorts. 7.0 Access to the Installation. Contractor will need to provide all required documents in order access WSMR installation. 8.0 The schedule and milestones must be defined by the vendor. Installation should be completed within 90 calendar days of award. CLIN DescriptionQuantityUnit price Total price 0001Material Purchase & Installation1 0002Labor total for six personnel1 DELIVERY TERMS: FOB: PGWCM T&E DIR (OTD), McCrary, Marcellus, Bldg 1407, WSMR NM 88002. Delivery within 30 days after award. INSPECTION AND ACCEPTANCE TERMS: Equipment will be inspected by Quality Assurance personnel and accepted at the delivery point. FAR/DFARS PROVISIONS & CLAUSES: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and FAR 52.212-3, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and are hereby incorporated by reference. Addendum to FAR 52.212-1 applies to this acquisition as follows: FAR 52.252-1, DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items; DFARS 252.212.7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and DFARS 252.225-7001 Buy American and Balance of Payments Program. All Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/ or from http://orca.bpn.gov, if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR/DFARS Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: FAR 52.252-2, FAR 52.252-6; 52.204-99, System for Award Management Registration. FAR Clause 52.212-5- Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items apply to this acquisition, specifically, the following cited clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-37, Employment Reports on Veterans; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-3,Buy American Act--Free Trade Agreements--Israeli Trade Act; FAR 52.225-13, Restrictions on Certain Foreign Purchases EVALUATION PROCEDURES: This requirement shall be evaluated in accordance with FAR Part 13. FAR 52.212-2, Evaluation -- Commercial Items applies to this acquisition. The government will award a firm-fixed price purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is the lowest price technically acceptable. The following DFARS clauses are included: DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments DFARS 252.247-7023, Transportation of Supplies by Sea. Quotes shall be submitted no later than 4:00 PM Eastern Time on 23 January 2013. Quotes shall be e-mailed to Dennis Donaldson or at dennis.g.donaldson.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7cf801c1700d0d9186c356ee7d7bb7a4)
- Place of Performance
- Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
- Zip Code: 88002-5201
- Zip Code: 88002-5201
- Record
- SN02966769-W 20130118/130116234342-7cf801c1700d0d9186c356ee7d7bb7a4 (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 |