Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2013 FBO #4157
MODIFICATION

N -- NETWORK DROPS INSTALLATION

Notice Date
4/10/2013
 
Notice Type
Modification/Amendment
 
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
W9124Q-13-T-0008
 
Response Due
5/2/2013
 
Archive Date
6/9/2013
 
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
INTRODUCTION A. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Parts 12.6 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will be issued. B. The combined synopsis and Request for Proposal (RFP) number is: W9124Q-13-T-0008. C. Posting Date: 8 April 2013 D. Response Date: 2 May 2013 E. Contracting Office: Mission and Installation Contracting Command, Bldg 143 Crozier St. WSMR, NM 88002 F. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, 01 Apr 2013. G. The NAICS code applicable to this acquisition is 238210. Offeror must be certified under this NAICS code prior to receiving an award. H. This Combined Synopsis Solicitation contains clauses and provisions requiring a fill-in or representation. Offeror shall submit a copy of this Combined Synopsis Solicitation with their bid and respond to these clauses and provisions accordingly. A failure to complete these fill-ins may cause your offer to be determined ineligible for award. I. Basis for award: MICC White Sands Missile Range Contracting Office intends to award to the offer demonstrating the Best Value to the Government, with Technical and Past Performance when combined being more important than Price. The Government may also choose to negotiate if only one offeror is received. J. Small Business Set-Aside: 100% II. GENERAL A. White Sands Missile Range has a requirement for Center for Countermeasures (CCM) at White Sands, NM for the following: 1.0 Performance Work Statement: The contractor will install a total of 32 Cat 6 network cables drops. These drops will be terminated from CCM cable plant (Rm 228) to rooms 235,203, 108, 132. CCM uses color code for the different networks within CCM. Only green drops on first floor will be terminated at IDF on first floor, all other drops terminated in room 228. Onsite survey is required. All equipment, supplies, and materials provided shall be new and not refurbished. 1.1. Network 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): 5 drops 3 blue drops 1 green drop 1 orange drop 1.1.4 Heavy Lab (132): 1 drop 1 green drop 1.1.5. The vendor shall provide all necessary equipment, labor, parts and tools necessary. 1.1.6. Kickoff meeting: discuss planning and implementation with integrators installation team and CCM project lead (Ruben Vidal). 1.1.7. Walk through or on-site survey by cabling contractor to ensure any problems that are found are dealt with before start of new cabling. 1.1.8. All drops will be labeled at both the room and patch panel locations. All network jacks will be color coded matching either the blue, green or orange networks All Cat6 cable used will be color coded per the corresponding network color All Cat 6 runs other than orange must be run in cable trays so that bare wire is not visible in false ceiling. Vendor shall provide cable trays and J-hooks. 1.1.9. 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 32 new Cat6 drops pulled from specified locations to CCM's cable plant. All new network cable drops will be professional done so that the drops, faceplates, etc. are cosmetically appealing. Cabling Requirements; J hooks are acceptable presently, there are no cable trays or J hooks. The only cable management is conduit. The vendor shall provide cable trays or J hooks for the newly installed cable. There will be a 24 patch panel for blue network that will be Plenum rated due to a false ceiling. Vendor will choose acceptable brand The technical proposal can be the materials to be used along with how the installation will be performed and a statement that all of the specifications of the requirement will be met. A site visit will be conducted before bid due date, both site visit and drawings will be provided. The amount of footage required for pathways will be measured by the vendor, and there will be 1 inch width for cable trays. Existing orange drops are in metal conduit, existing conduit will be utilized at drop location, then flex to actual drop or conduit drop location to above ceiling space only.All Cat 6 runs other than orange must be run in cable trays so that bare wire is not visible in false ceiling. Vendor shall provide cable trays. All orange drops must be in metal conduit matching existing orange drop runs. Anticipated period of performance will be 90 days after performance. Place of Performance will be at Center of Countermeasures (CCM) at White Sands Missile Range. Only patch panel needed is a 24 port (blue network) at termination site rm 228. The type of manufacturers for this requirement is Leviton and Panduit Pleum Cat 6. Cable is required Drawings with measurements are provided. There are existing drops in building. All installs are through wall and ceiling. On site survey required to insure all vendors can get specific measurements and accurate account of materials and labor needed for this project. Drawings are provided via the RFQ. Cat 6 will be installed in metal conduit, trays/J hooks depending on type of cable run (blue, green,orange). All orange drops must be in metal conduit matching existing orange drop runs. Onsite survey will determine how much metal conduit if any will be needed for orange drops. All vendors must be prepared to make measurements, look at existing cabling in ceiling and adjust drawings to specifications if needed. 3.0 Hours of Operation. CCM work hours are as follows: 1. Flex week: Monday 0700 thru Thursday 1700 2. Non flex week: Monday 0700 thru Friday 1600 Notes: This may be affected by future furloughs and adjustments to work days may be necessary. 4.0 Contractors Project Management Supervision. The contractor shall provide aproject 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 clearances, CCM will provide escorts. 7.0 Access to the Installation. Contractor will need to provide all required documents in order to access WSMR installation. 8.0 Schedule. The schedule and milestones must be defined by the vendor. Installation should be completed within 90 calendar days of award. Description of Services Contractor shall provide all equipment, tools, materials, supplies, transportation, labor, supervision management, and other incidentals necessary in accordance with PWS and other attached documents referenced herein. A single site visit is being offered on April 11, 2013, at 8:00AM. All offerors are urged and expected to inspect the site where the work will be performed and access to the site will be limited to the organized site visit only. Any offeror desiring to attend must submit the following information: Full Name, Date of Birth, Driver's License or State ID number and Company represented for all attendees. This information must be submitted to the POCs below prior to the time of the visit. A limit of two persons per company will be enforced. Written quotes are required (oral offers will not be accepted) and submission of quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. Includes proposed delivery/period of performance dates with the quote. Since there may be a variety of methods available to achieve the desired results, the technical description of the products and services being offered must be in sufficient detail to evaluate compliance with the requirements of this RFQ and PWS. This may include product literature, or other documents. a capability statement, not to exceed two pages, should be submitted to determine Past Performance. Sufficient experience of not less than two years doing the same or similar work with no past or current performance issues will demonstrate acceptable Past Performance. The Government reserves the right to use any additional information available to them when determining Past Performance rating. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2 and the Government intends to evaluate quotes and award a contract without discussions with offerors. Therefore, the initial offer should contain the most advantageous terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; and accept other than the lowest offer based on the results of the technical evaluation and past performance evaluations. III. EVALUATION PROCEDURES: This requirement shall be evaluated in accordance with FAR Part 13. FAR 52.212-2, Evaluation -- Commercial Items applies to this acquisition. Award will be made to the offeror who is deemed responsible in providing the lowest priced, technically acceptable offer resulting in the best value to the Government. Evaluation of offers will be made in accordance with FAR Part 12.602, Streamlined Evaluation of Offers, using the following three (3) factors: (1)Technical Capability: Meets or Exceeds specifications in accordance with description of services in Performance Work Statement (PWS). (2) Past Performance: Review of Capabilities Statement and other past performance information showing suitable experience and acceptable performance. (3)Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (APR 2012). Electronic ORCA is located at http://orca.bpn.gov. All quotes must include any relevant Federal and New Mexico state taxes with no exceptions. Taxes not included will not be added after award. IV.SITE VISIT INFORMATION: A Site Visit will take place on the 11th of April 2013. We will meet at 0745 at CCM Bldg 1407. The walk through will start no later than 0800 hrs. This site visit requires access to the installation. Prior to the site visit all information required by security shall be submitted to the Contracting POC by the 1200 hrs the 8th of April 2013. Visitors will need to fill out the information from below that will be submitted to security for on-site access to WSMR. The contractor shall limit participation to no more than 2 persons per company. Questions arising from the Site Visit will need to be submitted in writing to the Contracting POC no later than 1600 on April 18th. We anticipate that the Questions/Answers will be posted on FBO by 1200 on 24th April. All Quotes must be received no later than 2nd May at 1600. The information required for each employee is: (1) Employee's full name (2) Social Security Number (3) Date and Place of Birth (4) Naturalization number (if applicable) (5) Citizenship (6) Alien Registration numbers shall be provided for each employee who is not a United States citizen (7) Date of Visit: From __________ To ___________ (8) Purpose of visit (9) WSMR point of contact The following clauses and provisions are applicable to this solicitation and/or the resultant contract and can be viewed full text through Internet access at FAR site, http://farsite.hill.af.mil: 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. 52.204-7- Central Contractor Registration 52.212-1- Instructions to Offerors-Commercial Items 52.212-4- Contract Terms and Conditions - Commercial Items 52.219-6- Notice of Total Small Business Set-Aside 52.219-28- Post Award Small Business Program Representation 52.222-3- Convict Labor 52.222-21- Prohibited of Segregated Facilities 52.222-36- Affirmative Action for Workers with Disabilities 52.222-41- Service Contract Act Of 1965 52.222-50- Combating Trafficking in Persons 52.223-5- Pollution Prevention and Right-to-Know Information 52.223-18- Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases 52.225-25- Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran 52.232-33 - Payments by Electronic Funds Transfer -Central Contractor Registration 52.233-3- Protest After Award 52.233-4- Applicable Law for Breach of Contract Claim 52.237-2- Protection of Government Buildings, Equipment, and Vegetation 252.203-7000- Requirements Relating to Compensation of Former DoD Officials 252.203-7002- Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alternate, A - Central Contractor Registration 252.225-7031 -- Secondary Arab Boycott of Israel 252.225-7036- Buy American-Free Trade Agreements-Balance of Payments 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 -- Levies on Contract Payments. 252.243-7001 -- Pricing on Contract Modifications 252.247-7023- Transportation of Supplies by Sea 252.247-7023 ALT III -Transportation of Supplies by Sea 52.212-3 Offeror Representations and Certifications-Commercial Items. Offerors are reminded that Representations and Certifications are maintained electronically at the following website: https://www.sam.gov/portal/public/SAM/. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. 52.212-4 - Contract Terms and Conditions - Commercial Items Addendum. 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Deviation). 52.222-42 - Statement of Equivalent Rates for Federal Hires 52.252-1 - Solicitation Provisions Incorporated by Reference 52.252-2 - Clauses Incorporated by Reference 52.252-6 Authorized Deviations In Clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Interested parties capable of meeting this requirement must submit a WRITTEN quote on company letterhead showing at a minimum: Referenced RFQ number; Name, Address, and Telephone Number of the Offeror; Warranty Terms; Price And Discount Terms; Remit-To Address if different from Mailing Address, Acknowledgement of any Solicitation Amendments, and Period of Acceptance of Offer (minimum 30 days). Must also include tax identification number (TIN); CAGE code, and Dun and Bradstreet Number (DUNS). All responsible replies that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ, Offerors must be registered in the DoD System for Award Management (SAM) database, NO EXCEPTIONS. To register, please visit http://www.sam.gov. Offerors shall electronically complete FAR 52.212-3 Offeror Representations and Certifications-Commercial Items at website http://www.sam.gov. All responsible sources that submit a quote to be received at any time before but not later than May 2, 2013 at 11:00hrs will be considered. Additional information will be in the attachments. Late quotes/offers will not be considered. Points of Contact for quote submission: Contracting Specialist, Dennis Donaldson (575) 678-5453, e-mail: Dennis.g.donaldson.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1d9627e3d4c951d9b872f480816d8343)
 
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
 
Record
SN03033664-W 20130412/130410235026-1d9627e3d4c951d9b872f480816d8343 (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.