Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,2000 PSA#2668

Contracting and Purchasing Division, Post Office Box 5069, Marine Corps Recruit Depot/ERR, Parris Island, South Carolina 29905-5000

59 -- FURNISH COPPER CABLE TO INCLUDE INSTALLATION. SOL M00263-00-T-0010 DUE 083100 POC Roy Brooks, 843-228-2139/Contracting Officer, Cherie Buchanan, 843-228-3622 (i) This a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will be awarded as firm-fixed price evaluated on "Best Value" to the Government. (ii) Solicitation M00263-00-T-0010 is being issued as a Request For Quotation (RFQ). (iii) The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 97-19. (iv) This acquisition is restricted as a 100% small business set aside. The associated North American Industry Classification System (NCAIS)/Standard Industrial Classification code (SIC) is 335921/3357 respectively with a size standard of 1,000 employees. (v) The requirement is a turnkey project as follows: CLIN 0001 Qty One (1) Unit-Job. Price_______________. Estimated delivery date:______________. Desired Delivery Date is 30 December 00. (vi) DESCRIPTION: Marine Corps Recruit Depot, Parris Island, SC is undergoing a communications infrastructure upgrade. The upgrade will result in Information Technologies (IT) communications and ATM communications to primary/key buildings consistent with the Joint Technical Architecture. Copper cable will be used to provide intra-building wiring to Buildings 416, 417, 418, 419 420, 421, 422, 423, 424, 737, 738, 739, 751, 7001, 7003, and 7004, and to provide building access to the base infrastructure. The contractor shall engineer, furnish, and install structured building cable and information outlets at MCRD Parris Island, SC. Installation shall provide the capacity to allow access to additional systems upgrades in the future. The contractor shall propose specific cable lengths and termination point requirements in a firm-fixed price quote. All user outlet locations and quantities shall be pre-approved by MCRD Parris Island, SC Telephone Office. A Site survey is required and shall be coordinated with the Contracting Officer. DESCRIPTION OF WORK: 1. Install (18) eighteen dual Category-5 cable runs in Buildings 7003 and 7004. Install (16) sixteen dual Category-5 cable runs in Buildings 417, 420, and 423. Install (15) fifteen dual Category-5 cable runs in Buildings 438, 739, and 751. Install (13) thirteen dual Category-5 cable runs in Buildings 416, 418, 419, 421, 422, and 424. Install (12) twelve dual Category-5 cable runs in Buildings 737 and 7001. Install Single cable runs and associated hardware. Test and Certify cables and terminations. Installation shall be in accordance with TIA/EIA 568A and MCRD Parris Island specifications herein. Test all cables to meet TIA/EIA 568A and TSB 67 Specifications. All cable that does not meet specifications shall be repaired and/or replaced until testing specifications are met. 2. Install Category-5 cable on 1st, 2nd, and 3rd decks of buildings listed above. 3. Install Category-5 patch panels and wire management inracks for data. 4. Install 110 type rack mountable blocks to provide an intermediate cross-connect point between Building Entrance Terminal and Rack for voice. All horizontal cables will be terminated in rack. 5. Install 19" standalone rack with vertical wire management and cable runway. 6. Install backbone cable in the buildings listed above. 7. All walls will be fished if possible. 8. Install Hubbell MT1 Raceway (or equivalent) where fishing walls is not possible. 9. Install Hubbell Advanced Communication outlet (or equivalent) for user outlets. 10. All materials used by the contractor in lieu of or as equivalent to must be pre-approved. 11. The contractor shall submit the following documentation within four weeks after project completion of the contract: a. Wiring Diagrams in accordance with TIA/EIA 568A Standards. b. Cable Running List c. Copper tests results (Hard Copy and Digital Copy). 12. A minimum One- (1) year Warranty on all material and workmanship is required. NOTE: The government may provide temporary storage location for materials received before project installation begins. The contractor, however, is still responsible for the physical security of all materials until final acceptance. Any materials damaged, lost, and/or stolen prior to final acceptance will remain the contractor's responsibility to repair and/or replace as required. (vii) The Government strongly desires work to be completed by 30 December 2000. Contractor's estimated completion dates shall be submitted with all quotes. (viii) The following clauses and provisions are incorporated and made part of this solicitation: 52.212-1 Instructions to Offerors -- Commercial. Addendum 1 to Provision 52.212-1: Offerors shall submit their quotations on an "all or none" basis. The Government reserves the right to reject any quote that does not offer all required items. FAR 52.212-2, Evaluation-Commercial Item is included as part of this contract to include the specific evaluation criteria: a. Past Performance. b. Technical. c. Price. Technical and past performance information shall (a) Support experience with OSHA Safety Rules. (b) Demonstrate knowledge of IEEE Standards for cable installation. (c) Demonstrate ability to perform installation. Contractor must provide three (3) references of projects for the same or similar services to verify experience. References must be submitted with each offer. References will be reviewed to determine technical acceptability. 52.212-3, Offeror Representations and Certifications -- Commercial Items -- a completed copy must accompany your offer. Call the POC to request a blank copy or access electronic site- http://www.deskbook.osd.mil. 52.212-4 Terms and Conditions -- Commercial Items and addenda to include that contractor shall comply with all safety regulations and procedures in effect at MCRD, Parris Island, SC. The contractor is not required to possess a security clearance to access the work areas identified in this requirement. All items shall be F.O.B destination in accordance with FAR Clause52.247-34. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive -- Commercial Items; applies to this acquisition. The following FAR Clauses sited by reference in FAR 52.212-5 apply to this acquisition: 52.203-6, Restrictions on Subcontractor to the Government with Alternate I; 52.219-4, Limitations on Subcontracting; 52.219-25, Small Disadvantaged Business Participation Program; 52.219-26, Small Disadvantaged Business participation Program -- Incentive Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1, Buy American Act-Balance of Payments Program-Supplies; 52.225-3, Buy American Act-North American Free Trade Agreement -Israeli Trade Act-Balance of Payments Program; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-36, Payment by Third Party; 52.247-64, Alternate I. The additional FAR Clauses apply to this acquisition: 52.233-2, Service of Protest; 52.242-13 Bankruptcy; 52.242-15, Stop-Work Order; 52-253-1, Computer Generated Forms. Facsimile bids are also included in this acquisition. The Defense Federal Acquisition Regulation Supplement (DFARS) 252.212-7000 Offeror Representations and Certifications -- Commercial must accompany contractor's offer. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items applies to this acquisition. The following clauses and provisions cited by reference in DFARS 252.212-7001 are applicable: 252.225-7000, Buy American Act -- Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payment Program; 252.243-7002, Certification of Requests for Equitable Adjustment. The following DFARS clauses and provisions apply to this contract: 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Required Central Contractor Registration; 252.243-7001, Pricing of Contract Modifications. The Government reserves the right to utilize the Government Commercial Procurement Card (GCPC) as a method of payment upon delivery, acceptance of supplies and services under this contract. When payment is made by GCPC, FAR Clause 52.232-33, Payment by Electronic Funds Transfer-Central Contract Registration is hereby deleted from FAR Clause 52.212-5. Each offeror shall review the clauses and provisions by reference. The full text of a provision may be accessed electronically as stated above. Quotes must be received no later than 1:00 p.m. EST 31 Aug 00. FAX number is (843) 228-2163. EMAILADD: buchananca@mcrdpi.usmc.mil. See numbered Note 1. All responsible sources may submit a quotation, which shall be considered by the agency. ***** Posted 08/17/00 (W-SN487422). (0230)

Loren Data Corp. http://www.ld.com (SYN# 0249 20000821\59-0015.SOL)

59 - Electrical and Electronic Equipment Components Index  |  Issue Index |


Created on August 17, 2000 by Loren Data Corp. -- info@ld.com