Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2022 SAM #7506
SOLICITATION NOTICE

Z -- Z--Solar Light Bollard Replacement and Fiber Optic System Improvements, HOME

Notice Date
6/17/2022 8:46:25 AM
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
140P6022Q0045
 
Archive Date
08/31/2022
 
Point of Contact
Bissaillon, James, Phone: 4026611690, Fax: 845229
 
E-Mail Address
James_Bissaillon@nps.gov
(James_Bissaillon@nps.gov)
 
Description
Pre-Solicitation Notice for: Solar Light Bollard Replacement and Fiber Optic System Improvements, HOME POINT OF CONTACT: James Bissaillon, Contract Specialist, james_bissaillon@nps.gov PLACE OF PERFORMANCE: NPS, MWR, Homestead National Monument of America, 8523 West State HWY 4 Beatrice, Nebraska, 68310 PLACE OF PERFORMANCE COUNTRY: USA Title of Project: Solar Light Bollard Replacement and Fiber Optic System Improvements, HOME GENERAL: The National Park Service (NPS), Department of Interior (DOI), is soliciting quotes on a Total Small Business set aside basis from all interested businesses having the capability to perform the work described below and meeting the small business size standard for NAICS code 238210 Electrical Contractors and Other Wiring Installation Contractors. The solicitation will be issued electronically at www.sam.gov under Contract Opportunities. Solicitation documents will be available for download in common file type formats such as Microsoft Word, HTML, Microsoft Excel, and Adobe PDF. Please note, paper copies of the solicitation will not be made available. Solicitation #: 140P6022Q0045 Vendors can search for contract opportunities and award history on www.sam.gov without registering. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents. Prospective offerors desiring to conduct business with the Department of the Interior (DOI) are required to have an active registration in the System for Award Management (SAM) at www.sam.gov at the time of offer and time of award. An active SAM registration is needed throughout the life of the contract to receive payment(s). This pre-solicitation announcement is not a solicitation, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below. The solicitation documents will be issued on or about July 2, 2022, posted to www.sam.gov and can be found by searching the project title or solicitation number at that time. The offeror selected shall furnish all labor, materials, equipment, and expertise necessary to perform all operations required for the successful completion of this project. Description: The current fiber-optic system is poorly designed and not user friendly. Outside and across Cub Creek are �the Rocks� which is where the fiber-optic terminal boxes are located and where the distance learning cart can be plugged in and operated from. Unfortunately, their use requires the junction box to be re-wired for each location rendering that impractical for setting up and moving the cart. Replacing this system to a more user-friendly interface will make using the distance learning cart a simple plug and play system. More lessons will be taught outside in the areas related to the lessons, making it easier to connect to the subject matter. The existing light bollards are outdated, and parts are no-longer available. The fixtures use CFL bulbs which are somewhat inefficient and push the system past its operating capacity into ""safety shutdown"" mode. Removal of the existing system and replacing it with energy efficient LED self-contained bollards (provided by the Park) will provide a more efficient system, reduce the amount of system to maintain and eliminate a wired system to a main solar panel and battery storage system. Fiber-optic work consists of: This portion of the project consists of adding a new Fiber Optical enclosure panel at the Freeman school and rerouting the existing fiber into the new box. It also requires Fiber Optical and electrical work in the �Rocks� at the Education Center. The �Rocks� are a durable plastic covering that protects in-ground junction boxes that contain Fiber Optic and electrical service to four locations around the property. See map and photos in the photo section of this spec. Each in-ground box is approximately 20�x30�x11� deep. Each �Rock� is approximately 18� high. These �Rock� looking covers must remain and all work to be performed must fit within each cover after complete. There are four �Rock� locations. This specification will refer to each location as Rock #1, Rock #2, Rock #3 or Rock #4. Work to be performed under this portion of the project shall be as follows: 1) Re-splice, terminate, test and supply report of test results for the existing Single Mode fiber optic Cabling at each Rock location. 2) Rock # 1, 2, and 4, Supply and Replace the existing Fiber Optical Enclosures and SC -Adapter Panel for Single Mode 6-Fibers. Provide enclosures that will fit inside the Rock covers and allow the cover to close properly. 3) Rock #3 - Relocate the fiber and 120VAC power from Rock #3 to the nearby Wayside exhibit. See attached photo for conduit pathway. Hand dig the trench and provide all necessary connections and conduit to meet all local electrical codes. a. This will include contractor supplying and mounting a NEMA 4x Enclosure on the back side of the Wayside Exhibit. (Enclosure must fit within the 36�x36� area between the legs of the Wayside Exhibit. The Enclosure can be mounted to the existing panel and the contractor shall provide additional framing to secure the Enclosure. The Enclosure shall be painted to match the Wayside Exhibit.) Inside the NEMA 4x Enclosure will include a Fiber Optical Enclosure and SC-Adapter Panel for Single Mode 6-Fibers, 120VAC Duplex outlet, and room for an Aruba 10-port network switch. b. Supply, Extend, terminate, Test, and provide report of test results of 6-strand Single Mode Fiber Cable from Wayside Exhibit Enclosure to Visitor Education Center. A single Direct Burial\Waterproof Fiber splice will be used in Rock # 3. c. Contractor Shall supply, install (approximately 48� of hand dug trench) and bury �� PVC conduit from Wayside exhibit NEMA 4x Enclosure to Bridge leg, with conduit terminating in a 4�x 4� NEMA 4X on the Bridge leg. Contractor will supply, install, terminate, and test a single Cat 6A cable in this conduit run. RJ-45 connector\pigtail will be supplied on both ends, with Grounding as required by Code. Contractor to coordinate conduit location and mounting of NEMA 4X with COR. d. Contractor will Supply, install 120VAC Duplex outlet inside Wayside Exhibit Enclosure, by extending power from existing Rock #3 electrical circuit. The conductors will be installed in a minimum �� conduit. See attached photo for conduit pathway. Installation shall follow all applicable Codes. Light Bollard work consists of: The work for this project consists of removing and replacing a total of 19 light bollards. Seven light bollards are located at the Education Center and 12 light bollards are located at the Heritage Center. 1. The Education Center light bollards and components shall be removed, including the concrete bases. Twelve new self-contained LED light bollards, provided by the Park, shall be installed on new concrete bases as specified below. Each bollard location shall be approved by the COR/Park representative. Contractor shall install a minimum 18� deep concrete base for each light bollard. Base shall be poured deep enough to resist bollard movement from freeze/thaw and other normal conditions. The concrete base shall be a 10� round base (unless otherwise specified by bollard manufacturer). Set top of base a minimum of 4� above the top of the adjacent concrete sidewalk and include a chamfered edge. Light bollard # 5 (see map) shall be relocated approximately 18� south of current location. Exact location shall be approved by COR. A solar panel and battery storage cabinet is located on the roof of the Education Center. (See Photos) Contractor shall remove the existing solar panel, batteries, cabinet and related components. Contractor shall be responsible for disposal of all removed components in a lawful manner. Contractor shall terminate existing wires inside the roof, repair the roof and replace enough shingles to assure no leaks. Shingles shall be provided by the Park. Contractor shall notify the COR immediately of any discrepancies. Note: All new light bollards shall be provided to the contractor by the Park. Bollard installation instructions and other manufacturer is provided in this package. 2. The Heritage Center light bollards and other components shall be removed. Contractor shall replace all bollards with a fully self-contained solar powered LED light bollard (Bollard provided). Contractor shall use the existing concrete bases, terminating the conduit and electrical wires flush with the top of the concrete base. A solar panel and battery storage cabinet is located near the front entrance of the Heritage Center. (See Photos) Contractor shall remove the existing solar panel, batteries, cabinet and footing and dispose of lawfully. Concrete footing shall be removed to 12� below grade. Existing conduit shall be cut flush with concrete and wires shall be cut 6-10� above the concrete footing. Contractor shall provide a 10� Round Standard Series Irrigation Control Valve Box, (Black with Green Lid) over the existing footing. The top of the valve box shall be set level and even with existing grade and backfilled around the outside. Compact the soil in lifts to prevent settling and level to match the existing grade. Backfill soil will be provided to the contractor by the Park. Contractor shall notify the COR immediately of any discrepancies. Note: All new light bollards shall be provided to the contractor by the Park. Bollard installation instructions and other manufacturer is provided in this package All work shall be performed under a single contract. Type of Procurement: It is anticipated that a negotiated firm-fixed price contract will be awarded following submission of both a technical, past performance, and price response. The government will consider these factors and a source selection process will be conducted to determine which offer is the best value to the government. The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest. All responsible sources may submit a proposal, which shall be considered by the agency. GENERAL INFORMATION: IAW FAR 36.204, the estimated magnitude of the project is between $25,000 and $100,000. Estimated Period of Performance: Completed by September 30, 2022. Quotation receipt date is not known at this time. The actual date will be established in the solicitation documents. A site visit opportunity will be posted, and date/location will be noted in the solicitation. This project is subject to the Davis-Bacon Act. Bonds required are anticipated to be as follows: Payment bond for 100% of the contract price or an Irrevocable Letter of Credit (ILC). Insurance will be required for this project. This procurement is a Total Small Business set aside under NAICS code 238210 Electrical Contractors and Other Wiring Installation Contractors. The small business size standard is $16.5 million. Offerors must show small for 238210 in their SAM registration or attest they meet the small business size standard for it. This requirement may be delayed, cancelled, or revised at any time during the process, based on decisions related to Department of the Interior (DOI) and National Park Service (NPS) changes. SOLE POINT OF CONTACT - CONTRACTING POC/BUYER: James Bissaillon (402) 661-1690 james_bissaillon@nps.gov Contracting Office Address: National Park Service, Interior Regions 3, 4, & 5 - MWRO MABO 601 Riverfront Drive Omaha, NE 68102 United States Place of Performance: Homestead National Monument of America 8523 West State HWY 4 Beatrice, Nebraska, 68310 United States
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e1117b1e449647308d8478d547b05393/view)
 
Record
SN06362332-F 20220619/220617230108 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.