Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,2000 PSA#2661

Contracting Office, Tooele Army Depot, P.O. Box 839, Building 9, Tooele, Utah 84074-5020

60 -- FIBER OPTIC CABLE SOL DAAD09-00-T-0041 DUE 082900 POC Benjamin A. Veri (435) 833-2327 E-MAIL: 60 -- Fiber Optic Cable, verib@tooele-emh-2.army.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is being issued as a Request for Quotation (RFQ) DAAD09-00-T-0041. This order will be issued under the Simplified Acquisition Procedures (SAP) as a 100% small business set-aside. This solicitation document and incorporated provisions and clauses are those in effect through FAC 97-19 and DAC 91-13. The Standard Industrial Classification (SIC) is 3357 with a size standard of 1,000 employees. Contract Line Item Number (CLIN) 0001 -- The contractor shall procure and install fiber optic cable in accordance with the Statement of Work. Statement of Work: The Directorate of Public Works of Umatilla Chemical Depot has requested and expressed the need of Fiber Optic for expansion of Communications at the installation. Provide costing information to procure and install a 24 strand fiber optic cable from the Dial Central Office (DCO) to the Telephone Utility Building (TUB) to include all necessary equipment, labor and materials. Point of Contact: Larry D. Meeks, (541) 564-5276. Umatilla Chemical Depot is located 35 miles South of Tri Cities, Washington and 180 miles East of Portland, Oregon on the South shore of the Columbia River. The installation is approximately 7 x 5.5 miles in size and is 8 miles West of the community of Hermiston, Oregon. The contractor will procure and install fiber optic cable between Building 57, DCO and the TUB. Prior to start of trenching, the contractor will provide to the government the proposed route of the fiber cable. Once the government has approved the route the contractor will apply for and receive digging permits through the government point of contact (POC). These permits will be submitted to the government in sufficient time to allow locating ofunderground utilities. The DCO is located to the North East of the main entrance of the Depot. The DCO is equipped with a Light Interface Unit (LIU) that has room for the proposed fiber optic cable. The cable will end at the TUB approximately 20,700 feet North of the DCO in a contrctor supplied LIU. The approximate distances are as follows: Approximately 1,650 feet of Single Mode 24 strand pulled through existing conduit and approximately 19,037 feet of Single Mode 24 strand direct buried gopher proof cable. Both ends of the 24 strand Single Mode fiber optic cable will be terminated with ST type connectors and placed in the LIU patch panel. All strands of fiber will be tested and the results given to the government. Trenches will be to a depth of not less than 18 incles. The depth of the trench may be adjusted to accommodate encounters with obstacles. Trenching will be through dirt and asphalt roads. Existing conduit under roads and railways may be used if available. Any railway or road that does not have existing conduit will be bored under and conduit placed in the bore. All areas disturbed by trenching and boring will be returned to original condition. The contractor will install all necessary hardware and software to a government provided remote Definity telephone switch to make it compatible with a Definity G3i. This remote switch will be placed in the TUB and connected to fiber optic cable already in place. Necessary hardware will be added to the G3i to allow the two switches to communicate with each other. Prior to cutover to the newly upgraded remote switch the contractor will submit to the government a cutover and test plan. The government will no later than three (3) days return the list to the contractor written comments on the plan. No later than two (2) days after receipt the contractor shall incorporate comments and deliver an Approved Test and Cutover Plan to the government. This plan at a minimum keep telephone interruption to the "K" Block area at a minimum and show satisfactory testing and proof of the communications between the remote switch and the main G3i. The contractor will cutover and test the installation with a government witness in accordance with the approved Cutover and Test Plan. Upon successful completion of cut and testing, the government will sign the approved plan which will constitute government acceptance of the installation. All contractors MUST be registered in the Central Contractors Registration database to be eligible for Department of Defense contract award and must be able to receive Electronic Funds Transfer (EFT). Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form, found at http://procure.arc.nasa.gov, to submit a quotation. Quoters shall provide the information required by FAR 52.212-3 Alternate I. The following clauses are applicable: FAR 52.212-1, Instructions to Offerors -- Commercial Items, FAR 52.212-2, Evalustion -- Commercial Items (NOTE: Evaluation factors for for this procurement are Technically Acceptable/Low Cost), and FAR 52.212-4 Contract terms and Conditions -- Commercial Items. The following DFARS clauses are applicable: 252.212-7000, Offeror Representations and Certifications -- Commercial Items, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, and 252.225-7035. The clauses may be obtained via the internet at http://farsite.hill.ar.mil/. Proposals MUST be received no later than 4:00 pm MST, 29 Aug 00. FAX number is (435) 833-3468. Posted 08/08/00 (W-SN483746). (0221)

Loren Data Corp. http://www.ld.com (SYN# 0252 20000810\60-0001.SOL)

60 - Fiber Optics Materials, Components, Assemblies and Accessories Index  |  Issue Index |


Created on August 8, 2000 by Loren Data Corp. -- info@ld.com