Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2003 FBO #0441
SOLICITATION NOTICE

38 -- Cable Plant Installation

Notice Date
2/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Treasury, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
Reference-Number-USSS030016
 
Archive Date
3/12/2003
 
Point of Contact
Thomas Campbell, Contracting Officer, Phone (202) 406-6940, Fax (202) 406-6801, - Thomas Campbell, Contracting Officer, Phone (202) 406-6940, Fax (202) 406-6801,
 
E-Mail Address
tcampbell@usss.treas.gov, tcampbell@usss.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW Subpart 12.6, with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. RFQ USSS030016 is hereby issued for this requirement through FAC 01-12. This action is a 100% small business set-aside. The NAICS code is 237130, ?Power and Communication Line and Related Structures Construction? and the small business size standard is $28.5M. This is a short suspense requirement. The U.S. Secret Service has an urgent requirement for CABLE PLANT INSTALLATION at the U.S. Secret Service James J. Rowley Training Center (JJRTC), 9200 Powder Mill Rd., Laurel, Maryland 20708. DESCRIPTION: The contractor shall furnish and install all materials needed for the installation and testing. Contractor shall provide all labor, equipment, facilities and incidental materials. Standards: Cabling installed will be in accordance with: TIA/EIA-568B building wiring standard for the RJ-45 work station interfaces and data cabling. International Standards Organization (ISO) Standard 11801 for Category 5e cables. Labeling and documentation of cables installed under this contract shall conform to TIA/EIA 606 standard. All Category 5e cabling installed for this contract must achieve 10 dB ACR at 100Mhz. All Category 5e cabling installed under this contract shall conform to EIA/TIA TSB67 cable testing criteria. Contractor shall adhere to all local electrical and fire codes associated with an installation of this nature. Contractor shall use 24 AWG, 4 pair Category 5 plenum rated cable (CAT5e), blue in color (No other color acceptable). Contractor shall use multi-mode fiber optic 62.5/125 plenum rated micron cable, orange in color (No other color acceptable). Contractor shall install all fiber optic cable in inter-duct. All cable will be terminated in rack mounted fiber distribution panels, and use SC connectors for all terminations. Contractor shall install each cable with a unique machine-generated label based on the room number. In the event that a room has more than one cable terminating in it, the contractor shall label all cables with that room number followed by letters of the alphabet (e.g. if room 210 has four cables terminating in it, the unique labels for those cables will be 210A, 210B, 210C, and 210D). Only machine-generated labels shall be used, (No hand written labels acceptable). Contractor shall machine label the front of each Patch Panel to indicate each cable installed on the patch panel. Each Wall Plate will be labeled indicating all cables terminated at that location. Wall Plate labels shall have black lettering with a white or clear background. All cables shall be fitted with a machine-generated labels that reflect the unique cable identifier at each end. The label installed at the patch panel end shall be within one inch of termination, and the one at the remote end will be within 4 inches of termination. Client/Office patch cables shall be machine- labeled with the unique office identifier on the end of the patch cable that will plug into the peripheral equipment. Communications Closet (CER) cables shall be labeled with the unique cable identifier on both ends of the patch cable, and shall also be labeled with the Slot Number and Port Number associated with the communications equipment (e.g. The two labels will look as follows: ?210B? ?Slot 2 Port 23?). The Contractor shall install patch panels with 48 ports. The Service recommends the use of Homaco MJPC5-35TB. Use of alternate Patch panel shall be approved in advance by the COTR. Wire Management Panels shall separate all patch panels associated with this installation. The Service recommends the use of Homaco HFM-19-2 for separating patch panels. The top wire management panel in each relay rack shall be Homaco HFM-19-1SRC. Use of alternate wire management panel shall be approved in advance by the COTR. All cables shall be terminated on ?keystone style? RJ45 jacks, and be mounted in faceplates. Jacks shall be blue color, and wired to the T568B wiring standard. All cables shall be mounted in faceplates, and all faceplate shall be attached to the wall in a secure manner. Faceplates shall be almond or white color, mounted vertically, and clearly labeled. Contractor shall install, label, and test all data patch cables associated with this installation. Patch cables shall be installed at the client end and in the appropriate communications closets. Contractor shall use ?unbooted? colored patch cables: PC patch cables shall be blue; Printer patch cables shall be red; Server patch cables shall be yellow; and Fax machine patch cables shall be green. Contractor shall install, test and label patch cables for every client/office end cable. Client/office end shall be installed with a minimum of a 14-foot patch cable, and will be clearly labeled with the unique cable identifier on the peripheral end. The patch cable will be installed from the wall outlet to the desk, and will be neatly coiled up and placed on the desk or table of each location identified. In the event that no desk is available, the patch cable will be installed, labeled and neatly coiled up and placed on the floor. The specific color of each cable drop will be coordinated with the COTR. Contractor shall install, test and label patch cables in the CER for every cable installed under this contract. The patch cables shall be installed from the patch panel, into the cable management rack and will be installed so that they feed the communications equipment from the bottom. Each patch cable will be installed with enough slack to ensure the flexibility of moving the cables to different ports. The slack associated with the patch cables will be dressed in a professional manner. Aluminum relay racks must be installed to the following specifications. The Service recommends the use of Homaco 19-84-T2SD*B. Use of alternate relay rack shall be approved in advance by the COTR. Each rack will be secured to the floor and ceiling for stability. The floor mounting of the racks shall utilize a minimum of ? all thread. If cables are run into the rack from the ceiling, the contractor shall install two 4? conduits above the main rack. All cables terminated on this rack shall run through the 4? ?stub outs?. Contractor shall ground each rack to a building ground. Secure multiple racks to each other. Install all racks with a minimum of 3-foot clearance for the front and back of each relay rack. Install ladder rack to interconnect the relay rack(s), and to connect the relay rack to the wall for easy extension of cables and circuits. MILESTONE DATES: Not later than ten (10) days after contract award, the contractor shall submit for COTR approval, a sample of machine generated label(s) to be used on this installation. Not later than thirty (30) days from patch cable installation, all final test results and documentation shall be delivered to the COTR. Not later than forty-five (45) days after contract award, the contractor shall complete the physical installation and testing of the cable plant. TECHNICAL NOTES: All cabling should utilize the existing cable trays with the facility as required. Re-use as much material as possible relating to faceplates, boxes and telephone blocks and patch panels. Install, terminate, test and label in accordance with the SOW. Demolition Notes: Vendor shall remove and dispose of all existing cabling on the 1st and basement floor of the Wilkie Building. Exception: The red fire alarm cabling and the light blue ?? Superflex Coax remain intact. First Floor Installation Notes: 4 X 8 x ?? Fire retardant Plywood shall be installed in the PBX / telephone room. This shall located on the wall opposite of the PBX. 31 ea. RG59 Coax cables shall be installed and terminated with F connectors. Provide, install and terminate 1ea. 48 port RG59 coax patch panel. The patch panel shall be installed on the newly installed plywood in the PBX room. Provide a 48 Port rack mounted Patch Panel (LIE) with ST terminations. Replace / remove existing rack mounted LIE. Relocated existing Fiber strands to newly LIE. Provide, install and terminate 12 strand Fiber multi-mode cable with St connectors and interduct between PBX room and Data Room. Provide wall mounted 12 port LIE with ST connectors. This shall be mounted on the plywood on the PBX wall. The fiber shall be terminated in the newly installed 48 port rack mounted LIE in the Data room. Provide, install and terminate 12 strand Fiber multi-mode cable with St connectors and interduct between the Data Room and the 2nd floor POP . Provide wall mounted 12 port LIE with ST connectors. This shall be mounted on the plywood next to the existing fiber LIE. The fiber shall be terminated in the newly installed 48 port rack mounted LIE in the Data room. Provide, install 4 ea. 66 blocks. These block shall be mounted on the existing Main Distribution Frame (MDF) within the PBX room. Provide and install surface raceway as required. Provide and install J hooks as required. Install and provide 2 ea. Homaco HFM 19-2 wire management panel in the existing 19? rack within the Data room. Install and provide 2ea. 48 port Cat 5E rack mount patch panel in the existing 19? rack within the Data room. Provide and install 5 ea. 12 pair Cat 3 cables Green in color. One end shall terminate in the Data room. The other end will be terminated on this floor TBD. Provide and install 215 ea. Cat 5 plenum rated voice cables. White in color. One end shall be terminated in the PBX room on the MDF. The other will be terminated on this floor TBD. Provide and install 205 ea. Cat 5 plenum rated data cables. Blue in color. One end shall be terminated in the PBX room on the MDF. The other will be terminated on this floor TBD. Basement floor Installation Notes: Provide and install 34 ea. Cat 5 plenum rated voice cables. White in color. One end shall be terminated on the 1st floor in the PBX room on the MDF. The other end shall be terminated on this floor TBD. Provide and install 30 ea. Cat 5 plenum rated data cables. Blue in color. One end shall be terminated on the 1st floor in the PBX room on the MDF. The other end shall be terminated on this floor TBD. Provide and install surface raceway as required. Provide and install J hooks as required. Contractor shall test all cables and certify that all cables installed will pass data as outlined in the EIA/TIA TSB67 cable testing criteria. Not later than five (5) days after contract award, Contractor shall submit a draft test plan to COTR for approval. Draft shall outlines how all cable will be tested, and the proposed test result format. COTR shall review draft test plan and either approve, or return with comment for correction. The final test results report shall be presented to the COTR not later than thirty (30) days after the installation of all patch cables. Contractor shall prepare and submit ?as-built? documentation of this cable plant not later than thirty (30) days after the installation. Contractor shall submit a draft Cable Documentation Plan to the COTR prior to starting work. The final test results from this installation shall be presented to the COTR in an electronic spreadsheet using Microsoft Office 97/ Excel. This spreadsheet shall define the cable number, room number, length of each run, and test results for each cable. Contractor shall provide standard industry written 15-year warranty that guarantees all materials and workmanship associated with the installation of this cable plant. In the event that a cable fails during this 15-year period, the contractor will repair or replace this cable at no cost to the government. Contractor shall clean up all debris associated with this installation on a daily basis, and shall vacuum all offices, hallways, and CER?s that may have been soiled by drywall dust, ceiling tile dust, or terminated cables. The information to be developed in this purchase order is of sensitive nature. The contractor shall be required to limit knowledge of and participation in this purchase order tasking and its work product, to those personnel directly involved in its performance, and only then subject to the approval of the COTR. As a precondition for employment related to this contract, each contractor and subcontractor employee will be required to meet security requirements and also execute a nondisclosure agreement. Security clearance background checks will be required. Evidence of citizenship and DISCO secret clearance required. Prior to commencement of work, proposed employees shall submit a completed Secret Service Contractor Access Application (SSForm 3237) and a nondisclosure agreement. Copies of the form will be provided upon award. Contractor agrees that, for due cause, any employee will be forthwith removed from the facility upon the Service?s request. Offeror must complete price for the following Line Items. Unit of measure is ?Lot?. Quantity is ?1?. Item 0001 Cabling Project $_____. The following FAR provisions and clauses are applicable to this procurement unless otherwise noted: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items; 52.212-2, Paragraph (a) insert the following: ?Award will be based on the technically acceptable offer?;? The Government intends to award a Firm-Fixed-Price Purchase Order to the responsible offeror with acceptable past performance, whose quotation, conforming to the solicitation as provided herein, is lowest in price. Regarding Past Performance Evaluation, your company?s past performance will be evaluated under existing and prior contracts for similar products and services. The Government will focus on information that demonstrates quality of performance relative to the complexity of the procurement under consideration. Sources other than those identified by your company in your quote may also be contacted or accessed by the Government, with the information received/retrieved by the Government used in the Government?s evaluation of your company?s past performance. Provide three (3) Past Performance references for similar efforts for in-progress or completed work within the past 3 years.? FAR 52.212-3, Offeror Representations and Certifications; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. The following Clauses cited in 52.212-5 are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1, Buy American Act-Supplies; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR Provisions & Clauses via World Wide Web at: www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and Clauses will not be accepted. The Period of Performance is 45 Days and shall commence not later than 5 days after award, and this action is not expected to exceed the simplified acquisition threshold. Quotations must contain the following: 1) Pricing for CLIN cited above; 2) completed and signed copy of FAR 52.212-3, Offeror Representations and Certifications, and 3) Corporate experience and Past Performance information. Please note: Offerors may forward quotes to tcampbell@usss.treas.gov. or fax to (202) 406-6801, Attn: T. Campbell. Address quotes delivered by UPS, FedEx, or Courier to: U.S. Secret Service, Attn: Procurement Div. ? T. Campbell, 950 H St., NW, Washington, DC 20223. Address quotes delivered by the U.S. Postal Service (USPS) only to: Communications Center - PRO, Attn: T. Campbell, P.O. Box 6500, Springfield, VA 22150 because the Service is not receiving any deliveries from the USPS at the 950 H St. address. All written quotes are to be received no later than 10:00 A.M. (EST), Tuesday February 25, 2003. Drawings/floor plans that reflect the expected level of effort will be provided at the Site-Survey (Walk-through) held at JJRTC on Wednesday February 19, 2003 at 2:00 PM. Prospective Contractors wishing participating in site-survey (walk-through) at JJRTC shall register in advance with Facility Manager, Mr. Charles Homfeld, at (240) 624-3011, and provide full name/SSN/DOB of all visiting personnel.
 
Place of Performance
Address: U.S. Secret Service James J. Rowley Training Center (JJRTC), 9200 Powder Mill Rd., Laurel, Maryland
Zip Code: 20708
 
Record
SN00260013-W 20030216/030214213726 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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