SOLICITATION NOTICE
D -- Seeking telecommunications cabling firms to design, install and test structured telecommunications cabling systems (STCS) in US diplomatic mission buildings located overseas. - SF 33 and RFP SAQMMA13R0020 - Synopsis/Section J Attachments
- Notice Date
- 4/9/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- SAQMMA-13-R-0020
- Archive Date
- 6/7/2013
- Point of Contact
- Denise A Williams, Phone: 7038754558, Timothy P. Farrell, Phone: 703-875-4230
- E-Mail Address
-
williamsda@state.gov, farrelltp@state.gov
(williamsda@state.gov, farrelltp@state.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Section J - Labor and Work Breakout Spreadsheet - Attachment J-6 Section J - Standard Performance Report and Rating Guidelines - Attachment J-10 Section J - DD Form 254 - Attachment J-8 Section J - Past Performance Form - Attachment J-7 Section J - Disclosure of Lobbying Activities - Attachment J-5 Synopsis for Telecommunication Cable System Design, Installation and Testing Services RFP - SAQMMA-13-R-0020 Standard Form 33 for SAQMMA13R0020 The Bureaus of Overseas Buildings Operations, U.S. Department of State (DoS) intends to issue a solicitation for the services of a telecommunications cabling firms to design, install and test structured telecommunications cabling systems (STCS) in US diplomatic mission buildings located overseas. The solicitation will be for professional and technical services including, but not limited to: 1) conducting a survey on­ site or review construction drawings to develop a plan for the installation; 2) Drafting diagrams and floor plans specifically for telecommunications cabling and equipment; 3) Testing copper cable; optical fiber cables; backbone cabling; and horizontal cabling; 4) Inspecting the overall cable plant before performing testing; and 5) Performing power testing at Overseas posts backup standby and UPS. DoS plans to award multiple Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for a base year and (4) four one-year option years. IDIQ awards will be made to responsible offerors, whose proposals conform to the solicitation, and offer the "Best Value" to the government. Technical factors are more important than cost. One or more awards will be set aside for small business should a small business be found capable. To qualify as a small business under the applicable NAICS code, 238210, small business average annual receipts may not exceed $14.0M. Offerors must be registered in the Central Contractors Registration (CCR) database prior to proposal submissions. Offerors may obtain information on registration requirements via the internet at http://www.ccr.gov or by calling1-888-227-2423, or 269-961-5757. The Offeror is responsible for the accuracy and completeness of the data within the CCR database, and for any ability resulting from the Government's reliance on inaccurate or incomplete data.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA-13-R-0020/listing.html)
- Place of Performance
- Address: OBO - Overseas Posts, United States
- Record
- SN03031838-W 20130411/130409234318-a11f53f60a413baf1e7a3ea8f5f12a99 (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 |