SOURCES SOUGHT
D -- Cable Plant Technical, Engineering and Installation Support.
- Notice Date
- 4/2/2014
- Notice Type
- Sources Sought
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
- ZIP Code
- 23703
- Solicitation Number
- HSCG79-14-R-LG0402
- Archive Date
- 5/9/2014
- Point of Contact
- Lori A. Greene, Phone: 7303136965
- E-Mail Address
-
lori.a.greene@uscg.mil
(lori.a.greene@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Coast Guard, (USCG), as a member of the Department of Homeland Security (DHS), invites industry to respond to this Request for Information (RFI). This RFI is not a request for competitive proposals. This notice is for informational and market research purposes only. This RFI does not constitute a commitment, implied or otherwise, that the USCG will take procurement action in this matter. Further, neither the USCG nor the Government will be responsible for any cost incurred in furnishing this information. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. The intent of this request is to survey the commercial market and determine the availability to provide the Coast Guard with cable plant technical, engineering and installation support. Information obtained shall be used to make decisions regarding the requested service. The contractor must be knowledgeable in design and installation of outside cable plants and inside cable plant (CAT5e, fiber) systems. Familiarity with fiber, copper and coaxial distribution systems, will typically cover such common tasks as distribution design, ongoing technical support, and market research. The contract vehicle will be used to implement task orders for design and installation of outside and inside cable plant for various Coast Guard sites. Engineering Support RCDD Support: Provide a Registered Communications Distributions Designer (RCDD) to aid project officers in design of cable distributions systems both inside and outside cable plant for telephone and computer systems. Design of Inside and Outside Cable Plant: lAW TIA/EIA 568, 569, 606, 607 and NAVFAC specifications, design inside plant and outside plant telecommunications distributions systems via an RCDD. The contractor shall present detailed drawings, specifications, and other technical documentation to be used either by the contractor, the Coast Guard or a third party for installation. Market Research, Technical Analysis and Cost Analysis: Familiarity with the latest technical advances as well as current marketplace technology. On an as-needed basis, draft engineering solutions papers to technical telephone problems to be turned over to the COTR for the Coast Guard's use. Cable Plant and Communications Systems Technical Support Systems Operational and Verification Tests (SOVT): Develop SOVTs IAW manufacturer guidelines, NAVFAC specifications, and TIA/EIA standards. Conduct SOVTs IAW the developed plan and correct deficiencies found and submit the SOVT as designated in the task order. Site Survey: Travel to various locations and conduct telecommunication/electronic site surveys. Surveys Results of site surveys shall be recorded and presented in one of the data deliverable formats detailed. Installation and maintenance of Inside and Outside Cable Plant: Install inside and outside plant telecommunications distribution systems at various locations to be determined upon issuance of individual task orders. This may include copper and Fiber Optic cables that will carry data and voice signals and lightning protection and grounding systems. All installations will be accomplished using industry certified personnel with at least 3 successful installations within previous 2 year timeframe. Installations include all parts and labor as detailed in each individual task order. Design/remove/install antennas or equipment on current Coast Guard towers. There may also be new, small tower installations required in conjunction with new facility or relocation projects. Communications center/Operations center/Watch room installations: design and installation of system furniture to accommodate equipment, space and mission critical requirements. Design and install RF Communication systems utilizing approved Coast Guard equipment in conjunction with new facility or relocation projects. Ensure all project materials/equipment requirements, not available as Government Furnished Materials/Equipment (GFM or GFE), are coordinated for the proper approvals through the C4ITSC Project Officers. Testing and Acceptance of Cable Plants: IAW TIA/EIA 568 series and NAVFAC documents, develop and write test plans and test IAW those test plans outside and inside plant cable distribution systems as required and conduct tests of cable plants in conjunction with SOVTs of installed equipment as required in each task order. Training: Provide training plans and familiarization training on an as needed basis. The USCG will use the results received from this RFI to determine interest and capability available in the marketplace that may lead to the establishment of a procurement strategy to meet this requirement. It is requested that responses to this RFI contain pertinent information regarding proposed solutions that address the capabilities and supportability requirements referenced previously. REQUIRED RESPONSES: Limit RFI responses to 10, single-sided, single-spaced pages. Submitted responses should be in Microsoft Word or Adobe Acrobat format. The font for text should be Times New Roman 12-point or larger. Responses must be unclassified. Any proprietary information provided must be marked to protect such data. *Please provide your companies DUNS and CAGE Numbers with your response. The acquisition method has not been established. The Coast Guard intends to solicit for a firm fixed price contract with a base year and four one year option periods. The North American Industrial Classification Code (NAICS) is 517919, and the small business size standard is $30M. A set-aside determination has not yet been made. Interested parties shall submit their business size and shall include any applicable preference program (i.e. 8(a), HUBZone, Service Disabled Veteran Owned, Woman Owned and Small Business). Responses are due no later than 24 April 2014 by 9:00am EST and may be submitted via email to lori.a.greene@uscg.mil. If late information is received, it may be considered by the Government reviewers, depending on agency time constraints. Questions concerning this sources sought notice may be directed to Lori Greene at 703-313-6965. This synopsis does not commit the Government to contract for any supply or service. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website http://www.fbo.gov/. It is the responsibility of the potential respondents to monitor these sites for additional information pertaining to this potential requirement. The information provided in this sources sought synopsis is subject to change and is not binding on the Government. Please note: The Government is not required and will not provide feedback to RFI Responders.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/412a425b8368a2c77924c5afcb0d0754)
- Place of Performance
- Address: Norfolk, Virginia, 23510-903, United States
- Record
- SN03327699-W 20140404/140402235344-412a425b8368a2c77924c5afcb0d0754 (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 |