Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2004 FBO #0909
MODIFICATION

D -- Wiring of 10Mbp Internet Connection and Services

Notice Date
5/21/2004
 
Notice Type
Modification
 
NAICS
518111 — Internet Service Providers
 
Contracting Office
National Gallery of Art, Office of Procurement and Contracts, Purchasing and Contract Operations Department, 2000B South Club Drive,, Landover, MD, 20785
 
ZIP Code
20785
 
Solicitation Number
NGA-04-RFP-058
 
Response Due
5/28/2004
 
Archive Date
6/12/2004
 
Point of Contact
Barbara Manley, Purchasing Agent, Phone 202-842-6401, Fax 202-289-3937,
 
E-Mail Address
b-manley@nga.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation #:NGA-04-RFP-058 (1) This solicitation is being issued as a request for proposal (RFP). (2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 22 (3) This is an unrestricted RFP. (4) The provisions at FAR 52.212-1, Instructions to Offerors-Commercial and 52.212-3, Offeror Representations and Certifications-Commercial Items, and the clauses at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, Contract Terms and conditions required to Implement Statutes or Executive Orders-Commercial Items, all apply to this acquisition. Applicable terms and conditions for 52.212-5 are shown in this combined synopsis and solicitation or in an attachment. (5) Additional contract requirements: NGA Required Insurance, NGA Security Clearances are shown in this combined synopsis and solicitation or in an attachment. Security forms will be supplied at time of award. (6) Offers are due via email to Barbara Manley, b-manley@nga.gov by 4PM, ET, June 10, 2004. See the Evaluation Criteria and Proposal Instructions in this combined synopsis and solicitation or in an attachment. NGA REQUIRED INSURANCE The Contractor shall obtain the following insurance for the period of the base contract ending September 30, 2004, and shall deliver to the Contracting Officer a certificate of the policies and amounts at least five work days prior to commencement of work on-site at the National Gallery of Art (NGA): Contractor's Liability Insurance (1) The contractor shall purchase and maintain in companies properly licensed to do business in the location where work is being performed under this contract and acceptable to the National Gallery of Art (NGA) such insurance as will protect the contractor and the NGA from claims set forth below which may arise out of or result from the contractor's operations under the contract, whether such operations be by the contractor or by any subcontractor, any supplier, or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. (i) Workman's Compensation: Claims under worker's or workmen's compensation, disability benefit and other similar employee benefit acts. The contractor will require his subcontractors to similarly provide workmen's compensation insurance for all of the latter's employees; (ii) Bodily Injury: Claims for damages because of bodily injury, sickness or disease or death of his employees; (iii) Comprehensive General Liability: (A) Claims for damages because of bodily injury, sickness or death of any persons other than his employees; (B) Claims for damages insured by personal injury liability coverage which are sustained (1) by any person as a result of an occurrence directly or indirectly related to the employment of such person by the contractor, or (2) by any other person; (iv) Property Damage: Claims for damages, other than to the work itself, because of injury to or destruction of tangible property, including loss of use resulting thereof; and (v) Comprehensive Automobile Liability: Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. (2) The insurance required under this clause shall be primary and noncontributing to any insurance possessed or procured by the National Gallery of Art and limits of liability shall be not less than those set forth in this clause. (3) The insurance required by this clause shall include contractual liability insurance applicable to the contractor's obligations under the contract as to working conditions. (4) Without limiting the above during the term of the contract, the contractor shall, at his own expense, purchase and maintain the following insurance: (i) Workman's Compensation insurance or equivalent workman's compensation coverage, as required or prescribed by law, with minimum employer liability limit of at least $100,000.00 for accidental bodily injury or death, or for occupational disease. (ii) Comprehensive General Liability insurance for bodily injury with limits of not less than $100,000.00 for each person and $100,000.00 for each accident. (iii) Property Damage insurance with a limit of not less than $500,000.00 for each accident. (iv) Comprehensive Automobile Liability insurance for bodily injury liability insurance with limits of not less than $200,000.00 for each person and $500,000.00 for each for each accident, and property damage liability insurance, with a limit of not less than $20,000.00 for each accident. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS For the clause at FAR 52-215-5, in addition to the other requirements of the clause, the Contractor shall comply with the FAR clauses below that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jan 2004) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78). 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (Executive Orders, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). 52.225-16, Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The Contractor shall comply with the FAR clauses below, applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41 U.S.C. 351, et seq.). NOTE: A U.S. Department of Labor Wage Determination will be provided under separate cover after receipt of request to b-manley@nga.gov. 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). National Gallery of Art Washington, DC WIRING OF 10Mbp INTERNET CONNECTION AND SERVICES Statement of Work Phase I The contractor shall provide and install 2 pair of single mode fiber (?the spare dark fiber?) from the telecommunications room, 3rd floor, South Building, 601 Pennsylvania Avenue, NW, to the computer room in the East Building Basement, 4th Street and Pennsylvania Avenue, NW. The Contractor is responsible for obtaining all necessary Right-of-Ways and for the success of the overall installation of the spare dark fiber. NOTE TO OFFERORS: Currently, all existing communications facilities use Verizon conduit through manhole number 3374. The National Gallery of Art (NGA) desires to establish a diverse, redundant network path between the South Building at 601 Pennsylvania Avenue, NW and the East and West NGA Buildings. However, the NGA will consider proposals using the Verizon manhole system. The PEPCO manhole system and the Verizon manhole system are the entry points for communications services of which the Gallery is aware. Other options may be proposed if they are available. The following applies for vendors entering the Gallery using the Pepco manhole system. Vendors choosing to propose an alternate path must submit a schematic detailing the path through the gallery as well as a written narrative describing the proposed installation. Gallery staff will be available for a walk-though at 10:30 am on May 26th and May 27th. The contractor shall furnish and install all fiber in 3? EMT conduit with two inner ducts from the East Building entrance to the Telecommunications pull box 1 as shown on the two-sheet illustration provided upon request to b-manley@nga.gov. The Contractor must use steel compression coupling. The contractor shall support all conduits in accordance with BICSI installation standards. The Contractor shall enter the side of the pull box 1 and continue to pull fiber through entire conduit to room SC-8. The Contractor shall install the fiber optic cable from pull box 1 to SC8. The contractor will remove an abandoned cable from the 4? conduit between pull box 1 and SC-8 and install (2) two new inner ducts in its place. The Contractor shall then cut the removed cables to the extent necessary to dispose of them in a Gallery-furnished dumpster outside the East Building. The Contractor shall terminate all fiber in an LIU provided by the contractor on the back board in room SC-11. Fiber shall be patched through to existing single mode fiber. Contractor shall label, tag, and install fiber in a professional manner as per BICSI cabling installation standards for fiber. The Contractor?s completed installation must be approved by the Contracting Officer?s Technical Representative (COTR), Katherine Green. Phase II The Contractor shall provide monthly 10Mbps connection internet access services in room CLA 6A in the connecting link between the NGA East and West Buildings with the use of installed fiber optics only. No substitution is allowed. The contractor shall provide primary DNS services for the NGA. NOTE: The offeror must specify the 10Mbps transmission protocol (i.e. Ethernet, ATM, or other) in their response to this solicitation. The implementation of these services must be approved by the COTR, Katherine Green. The Contractor is responsible for obtaining all necessary Right-of-Ways and for the success of the overall installation and the 10Mbp INTERNET CONNECTION. WORK HOURS AND PARKING The Contractor shall perform all Phase I work on-site at the National Gallery of Art on Monday through Friday, excluding Holidays, from 7:30 AM to 4:00 PM, unless otherwise agreed to with the Contracting Officer. The National Gallery of Art does not provide parking for contractor vehicles. If the Contractor requires short-term parking for delivery of materials, the Contractor must request approval at least two work days in advance of the date(s) that parking is needed. Approval is not guaranteed. PERIOD OF PERFORMANCE The Contractor shall complete all work described above for Phase I within eight (10) weeks following contract award. The National Gallery of Art will order monthly 10Mbp connection internet access service from the date beginning with completion of Phase I and ending on September 30, 2004. The contract will include two one-year options to extend for monthly 10Mbp connection internet access service from (1) October 1, 2004 to September 30, 2005 and 2) October 1, 2005 through September 30 2006. ANTICIPATED CONTRACT AWARD SCHEDULE Event Milestone Date 1. Receive Responses to Sol. 06/10/2004 2. Evaluate Responses 06/17/2004 3. Complete Negotiations 06/24/2004 4. Award Order/Contract 06/30/2004 5. Complete Post-Award Meeting with Contractor 07/07/2004 EVALUATION CRITERIA & PROPOSAL INSTRUCTIONS The National Gallery of Art reserves the right to evaluate all potential offerors in terms of the following three criteria, each of which are of equal importance: 1) Understanding of the Statement of Work and Technical Approach ? Offerors shall respond to the above-stated Statement of Work with their understanding and specific approach in no more than five 8.5? x 11? pages of double-spaced text and with a diagram of their planned wiring route. 2) Past Performance ? Offerors shall supply a brief statement of work performed, location, start and completion dates, total prices at completion, and client representative name, voice and fax phone numbers, and e-mail address for at least (3) three projects in the past two years of scope and price similar to the proposed contact with the National Gallery of Art. 3) Firm Fixed Price for Phase I, Phase II or both as described below. Offerors may provide a price for only Phase I, only Phase II, or both Phases I&II in the base period and for all option periods of the contract. Offerors must separately state prices for their BASE CONTRACT PERIOD and, when offering Phase II, for each of the OPTIONS TO EXTEND 1. Phase I BASE CONTRACT PERIOD as described in the Statement of Work for supply and installation of the spare dark fiber. 2. Phase II BASE CONTRACT PERIOD for supply and installation of fiber optics followed by implementation of one month or less of 10Mbp connection internet access ending on September 30, 2004. 3. Phase II OPTION TO EXTEND for monthly 10Mbp connection internet access service from October 1, 2004 through September 30, 2005. 4. Phase II OPTION TO EXTEND for monthly 10Mbp connection internet access service from October 1, 2005 through September 30, 2006. The TOTAL EVALUATED PRICE shall be the sum of the offered prices for a BASE CONTRACT PERIOD if Phase I only and for a BASE CONTRACT PERIOD and all OPTIONS TO EXTEND if Phase II only. The NGA will evaluate the total overall price to the NGA for all work in comparing offers received. CONTRACT AWARD The National Galley of Art will make a contractor selection based on the response(s) to this solicitation determined to be the most advantageous in terms of the three evaluation criteria stated above. The NGA may select one contractor for Phase I , a separate contractor for Phase II, or one contractor for Phases I and II, subject to offers received and determination of those that are most advantageous. The NGA may decide to award a contract for Phase II only. SECURITY 1. Security Clearances Security clearances are required for all contractor personnel working in the Gallery. Immediately upon contract award, the contractor is to submit to the COTR the documentation for requests for security clearances for contractor personnel proposed to work on the contract. The Gallery?s security office will perform a background security check on each proposed worker. Because of the mission of the Gallery, and the potential for risk in permitting access to secured areas, there is no guarantee that a security clearance will be issued to any proposed employee. The Gallery reserves the right to deny access to the Gallery areas during times when the Gallery is closed, and to deny access to non-public areas. 1.1. Documentation for Requests for Security Clearances 1.1.1 The request package must include the following completed documents, for each proposed employee. The National Gallery of Art Authorization for Release of Information The National Gallery of Art Contractor ID Request Form (Copies of the blank documents follow this section.) A clear photocopy of proposed employee?s driver?s license must be included in the package. 1.1.2 The request package for permanent badges must include the following. Optional Form 306-0182 Declaration for Federal Employment The contractor shall submit request packages for all employees expected to work on site at the Gallery. Obtaining security clearances is costly. Therefore, the Gallery will not accept packages of requests that appear to be the contractor?s company roster. Every effort will be made to complete security clearance checks quickly, however, the contractor shall plan for a seven work day processing period, for both initial requests and subsequent requests. The security staff will notify the COTR of the results of the security clearance check. The COTR will immediately notify the contractor of the results. In the event a proposed employee in not cleared for work at the Gallery, the contractor shall immediately ? and within three work days, submit a request package for a substitute employee. 1.2. Badges The Gallery issues two types of badges to contractor employees: Permanent (?hard?) badges and temporary (paper) badges. Each type has certain responsibilities and privileges. It is completely at the Gallery?s discretion as to which type of badge is issued to contractors? employees. Each employee must wear the badge is a visible manner at all times when on Gallery property. Security Clauses (Continued) All contractor employees who are issued temporary must sign-in and sign-out with the Gallery?s security staff, each time they enter/exit the Gallery. Employees who have been issued permanent badges must scan the badge at each entry and exit. The permanent badge permits unaccompanied access to most Gallery areas. The permanent badge is issued for a stated period of time, and is held by the employee until the expiration date or the time when the Gallery requests return. The temporary badge is issued on a daily basis and must be returned the security staff when exiting the Gallery. Employees with temporary badges must be escorted when in the Gallery while the Gallery is closed to the public and when in non-public areas. The COTR will provide precise direction about Gallery access, at time of contract award. The contractor is responsible for immediately report any lost or misplaced badges to the COTR and the security staff. The contractor is responsible for immediately returning any badges that where issued to employees who are no longer working on the contract. 1.3 Access Hours Generally, contractors will be permitted entry to the Gallery during the hours of 6:00AM and 6:00PM, Monday through Friday. However, if a contract or task order requires different hours, those hours will be stated in the contract or task order. Work outside the normal contractor work hours or the hours required in a particular contract require prior COTR approval. The contractor shall submit requests for different work hours to the COTR at least three business days before proposed change. Providing escorts for contractor employees is costly. In order to contain costs, the contractor is responsible to notify the COTR if any employees will be arriving later than scheduled. If the COTR is not available at the time of notification, the contractor shall notify the security staff of the proposed late arrival. 1.4. The designated point of entry to, and exit from, the Gallery, for contractor staff, is the West Building Service Entrance. The Service Entrance is on Constitution Avenue, south of the Mellon Fountain and east of the Gallery?s 6th Street entrance.
 
Place of Performance
Address: National Gallery of Art, 6th & Constitution Avenue, NW, East Building, Washington, DC
Zip Code: 20565
Country: USA
 
Record
SN00590652-W 20040523/040521212605 (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.