Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 12,1998 PSA#2093

11th Contracting Squadron, 500 Duncan Ave, Room 250, Bolling AFB, DC 20332-0305

D -- AMENDMENT TO INSTALLATION AND REPAIR OF COPPER AND FIBER OPTIC CABLE FOR BOLLING AFB, DC SOL f49642-98-R0033 POC Contact Patricia Reger, Contract Specialist (202)767-7942 or Shirley Norton, Contracting Officer (202)767-8095 E-MAIL: Click here to contact the Contract Specialist via e-mail, preger@mail.bolling.af.mil. Solicitation F49642-98-R0033 previously published in the CBD on April 21, 1998 has been amended. Amendment 0001 is issued to the above combined synopsis/solicitation for installation and repair of copper and fiber optic cable for Bolling AFB, DC. This amendment is issued in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only amendment of the above solicitation, proposals are being requested, and a written amendment will not be issued. This amendment is issued to revise the synopsis/solicitation and to furnish questions and answers concerning this synopsis/solicitation. (1) Change the Contracting Office address and telephone numbers to read as follows: 11 CONS/ LGCA, Attn: Patti Reger, 110 Luke Avenue, Room 209, Bolling AFB, DC 20332-0305 and the new telephone number is 202-767-7942. (2) Attachment 1 Statement of Work (SOW) is amended to add the following: Paragraph 3.2.3 All safety equipment (oxygen, detector, manhole barricades, etc.) necessary to enter any manhole must be utilized by the contractor. Paragraph 4.1.2 "The contract manager or alternate shall be available during normal duty hours within 60 minutes to meet on the installation with government personnel" is replaced by "The contract manager or alternate shall be reasonably available during normal duty hours to meet on the installation with government personnel." (3) Attachment 4 Initial Task SOW has been amended to incorporate Building C and interduct requirements to the task. (4) Attachment 10 Listing of Materials has been revised to further define the Government's requirement. (5) QUESTIONS AND ANSWERS: Question No. 1: What is the Government's preference for installation of Cat 5 copper cable? Answer: Refer to the revised Attachment 10 for manufacturer requirements. Question No. 2: What is the Government's preference for patch panels? Answer: Seicor. Question No. 3: In regards to asbestos certification, what is the Government's requirement? Answer: Any tasks requiring installation of cable in an area containing asbestos requires an asbestos certified technician. Question No. 4: Are the contractors providing connectivity to the ISDN NT-1? Answer: No. Question No. 5: SOW Para 1.0 Perform Emergency Repair- Is this 7 days by 24 hours a day and what is defined as "Emergency"? Answer: Refer to SOW Para 3.3.1 and 3.3.2 which designate what emergency repair entails. Question No. 6: Is there known Asbestos in the buildings? Answer: There is no known asbestos on Bolling AFB, that will affect this contract. However, there is known asbestos in the Pentagon. Question No. 7: Para 3.3.2-Please define "All repair calls are emergency in nature" Does this mean that every service call is considered an emergency? Answer: All calls made as a "repair" will be considered emergency repair. All other requirements tasked under this contract will be assigned as task orders. Question No. 8: Para 6.4-Will the government provide the contractor current, accurate cable records or blue prints which depict the location(s) of future cable runs, or will the contractor be responsible for doing a physical database station by station walk through? Answer: For all task orders against this contract the Contracting Officer's Representative (COR) will provide all necessary information for cable runs. When required on the task order, "as built" drawings of the specific task will be required as stated in Para 6.4 of the SOW. Question No. 9: Does the Government anticipate a single award. Answer: Yes. Question No. 10: In Para. 1.0 of the SOW it indicates that work will be conducted on Bolling AFB, and all facilities occupied/supported by the 11th Wing and other Air Force organizations in the National Capital Region. Does this include any locations outside of Bolling AFB, and does it include the DIA building? Answer: This contract will be limited for use by the 11th Wing and other Air Force organizations within the National Capital Region. The Defense Intelligence Agency (DIA) is a Department of Defense (DoD)organization and will not utilize this contract. Question No. 11: SOW Para 3.2, What is the estimated volume of Install/Terminate/Relocate/Test? Answer: As requirements become known/funded, task orders will be issued against this Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Question No. 12: SOW Para 3.3.2-What is the estimated volume emergency repair calls? Answer: As emergency repairs are necessary, taskings will be issued against this Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Question No. 13: Is there a provision in the pricing to recover the cost of the use of equipment to render repairs?(backhoes, conduit, etc) Answer: The Emergency Repair CLIN shall cover all costs of emergency repairs (to include associated costs) excluding materials, supplies, and parts which will be covered by the Materials/Supplies/Parts CLIN on the contract. Question No. 14: SOW Para 4.1.2-What does the Government mean by available? Is telephonic response OK? Does the Government expect the Contract Manager to be on site 40 hours a week? Answer: The Contract Manager or Alternate shall be available 24 hours a day, 7 days per week to meet the emergency repair response requirement. However, for the normal duty hour meetings with government personnel described in SOW Para. 4.1.2 the Contract Manager or Alternate shall be reasonably available to discuss problem areas both telephonically and onsite depending on the situation. The Government does not require the Contract Manager or Alternate to be onsite 40 hours a week. SOW Para 4.1.2 has been amended to incorporate this verbiage. Question No. 15: Is the Inventory List of Materials in Attachment 10 for repairs only? Answer: The Inventory List of Materials is to be used for the whole requirement to include emergency repairs and task orders. Question No. 16: Is there a requirement for Confined Space Certification? What about the need for all equipment necessary for the job for man hole cable pulling? Answer: Yes. SOW Para 3.2.3 has been added to incorporate these requirements. Initial Task Order Questions: Question No. 17: It appears as if the initial task is primarily outside plant work . Is this correct? Answer: The initial Task requires both inside and outside plant work. Inside work includes terminations. Question No. 18: Are protected terminals required for distant locations? Answer: No. Question No. 19: Is interduct part of the Initial Task Order? Answer: Yes. The Initial Task Order has been revised to incorporate this requirement. Question No. 20: What is the total number of splices in copper? Answer: The offeror has the responsibility to propose the number of splices to meet the Initial Task. Question No. 21: What type of splice modules? Answer: The Government requirement is for 3M-710 splice modules. Question No. 22: What type of fiber connectors is preferred? Answer: The type of fiber connectors required by the Government is stated in the revised Attachment 10 to this solicitation. Question No. 23: What type of fiber panels? Answer: Reference the revised Attachment 10. Question No. 24: What type of copper splice closures are needed? Answer: Reference the revised Attachment 10. Question No. 25: Would it be possible to get a basic drawing of Initial Task with splicing diagram of copper? Answer: No splicing diagram will be provided by the Government. Splicing will be left to the offerors discretion when proposing. Question No. 26: How much of the Initial Task or is any of the Initial Task has Government supplied materials? Answer: As stated in the Initial Task SOW Para. 3.0.7, the Government will furnish 48 strand fiber optic cable. All other material is to be provided by the offeror. Question No. 27: Please provide the Basis for Award and weighting evaluation for each area of the proposal. Answer: The Basis for Award with evaluation factors is provided in the synopsis/solicitation. As stated, the evaluation will consider technical equal in importance to past performance and each higher than price. Question No. 28: Are resumes required for the Contract Manager, Alternate, Cable Splicer, Telecommunications Mechanic I, Telecommunications Mechanic II, Electronic Technician I, Electronic Technician II and Electronic Technician III? Answer: No key personnel have been designated on this requirement. Therefore, no resumes are required. Question No. 29: Page 2 indicates that the proposal shall be submitted in "Duplicate", Page 3 indicates four copies are required. Please clarify. Answer: The reference to submitting proposals in duplicate falls under the Task Ordering Procedures and will be applicable after contract award. In response to this Request for Proposal each offeror shall submit four copies of their proposal. AMENDMENT ACKNOWLEDGMENT: Proposals must acknowledge receipt of this amendment before the hour and date specified in the synopsis/solicitation. Failure of this acknowledgment to accompany the proposal may result in rejection of your proposal. If as a result of this amendment you desire to change a proposal already submitted, such change may be made by letter. The letter must refer to the solicitation and this amendment, and be received before proposals are due. The synopsis/solicitation F49642-98-R0033 is amended as indicated above. The hour and date for receipt of proposals has not changed. Except as provided herein, all other terms and conditions of F49642-98-R0033 remain unchanged and in full force and effect. End of Amendment 0001 to synopsis/solicitation F49642-98-R0033. (0127)

Loren Data Corp. http://www.ld.com (SYN# 0028 19980512\D-0002.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page