SOLICITATION NOTICE
61 -- VOICE AND DATA CABLE
- Notice Date
- 9/4/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Northeast (OS:A:P:B:N), 290 Broadway, 3rd Floor, New York, New York, 10007-1867
- ZIP Code
- 10007-1867
- Solicitation Number
- Q8QT17TCB27000
- Archive Date
- 9/25/2008
- Point of Contact
- Carol D Lilley,, Phone: 404-338-9205, James R. Brown,, Phone: 404-338-9219
- E-Mail Address
-
carol.lilley@irs.gov, james.brown@irs.gov
- Small Business Set-Aside
- Total Small Business
- 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. The Reference-Number for this solicitation is Q8QT17TCB27000 and it is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 238210. This requirement is 100% Small Business set-aside and only qualified offerors may submit a quote. The Internal Revenue Service (IRS) is seeking quotes for voice and data cable runs in the Nashville TN area. The project entails relocating to a new building in Nashville, TN. The building will be a multiple-story commercial office building less than 10 years old, which has a 32,000 square feet floor plan of which IRS will lease 24,000 plus. The space offered is on the 4th floor, there are 2 passenger elevators, and one freight elevator. The building address will be determined at a later date. STATEMENT OF WORK: The specifications in this section cover the acquisition and installation of wiring and materials, which can support the IRS Training site. The contractor should provide an itemized list of all material and services. The itemized list should be based on the following - (9) large classrooms (25 data runs & 1 voice per room) - (6) small classrooms (12 data runs & 1 voice per room) -Office space (5 data runs & 5 voice runs) - (5) Prep rooms (4 data runs & 1 voice per room) - (1) Reception area (1 data & 1 voice) -(1) MDF (voice – wall jack) -(6) Telephone/Data carrel area (6 voice – wall jacks) -(1) Conference area (1 data & 1 voice) -(1) Copy area (1 data & 1 voice) Material: -Cat 5e plenum rated wiring -EIA 568A jacks (base & wall mount) -(2) 7’ x 19’ Rack -(7) Cat 5e - 48 port patch panels -(2) Cat 5e 110 blocks (voice) -(2) 2U Horizontal Wire Manager -(1) 12” Ladder Rack -(1) Rack grounding kit -(326) 7’ Cat 5e Patch Cables -(326) 14’ Cat 5e Patch Cables -Labor – for services Total 326 data runs Total 35 voice runs Government Furnished Items: The government will provide adequate working space, including heat, electrical, and ventilation. All wiring installation will be accessible through the ceiling and terminate inside MDF to the (Cat 5e patch panels). IRS will provide a Cisco 6500 switch device; which will be installed and configured by IRS Telecom. An actual floor plan will be provided once the building site is determined. IRS Training Office is scheduled to relocate by December 31, 2008. Contractor Furnished Items: The contractor shall provide all material necessary to perform day-to-day tasks. Access to Government Property and Facilities: Subject to security regulations, the government will allow the contractor access to the facility where services are to be performed. The contractor shall abide by Department of the Treasury Directive (TD) 71-10 regarding provisions for authorized entrance and exit at these facilities. All contractor employees shall be required to wear identification (company attire with logo, badge, etc) when working in government facilities. Personnel Removal and Replacement: The applicable contractor employees are subject to investigation by the government. Applicable contractor employees who undergo contractor clearances that reveal, but are not limited to, the following, may be unacceptable under this contract: conviction of a felony, a crime of violence or a serious misdemeanor, a record of arrest for continuing offenses, or failure to file or pay federal income tax. The government reserves the right to determine if a contractor employee assigned to a task shall continue with the task. The contractor shall agree to remove the person assigned within one day of official notification by government and provide a replacement within five days. New hires or substitutions of personnel are subject to the contractor clearance requirement. Inspection and Acceptance: Inspection shall be at the place of performance in accordance with FAR 52.246-4, Inspection of Services-Fixed-Price. Deliveries or Performance: The services to be provided acquisition and installation of Cat 5e plenum rated wiring and associated materials. Place of Contract Performance: All work will be performed at the Internal Revenue Service in Nashville, Tennessee (building address) to be determined at a later date. Period of Performance: Date of award through (approximately September 15, 2008) through December 31, 2008 PROVISIONS/CLAUSES -The following Provisions and Clauses are applicable to this acquisition: 1. 52.212-1, Instructions to Offerors -Commercial, 52.212-3, Offeror - To submit a valid quote and to be considered for this award, the vendor must submit the following information: Completed Price Quotation Sheet Completed certification required by FAR Clause 52.212-3 Offeror Representations and Certifications (see item 3 below). The names and telephone numbers of at least three references for similar work they have performed Deadline for submission of the quote, including all required documentation, is September 10, 2008, by 12:00 NOON (Eastern Standard Time). Responses can be faxed to (404) 338-9233, Attn: Carol Lilley, Contracting Officer, or emailed to Carol.Lilley@irs.gov. Any questions concerning this Request for Quotation should be directed, in writing, to Carol Lilley, Contract Specialist, via e-mail: Carol.lilley@irs.gov or fax: 404-338-9233 2. 52.212-2, Evaluation Quotes will be evaluated and awarded on a best value determination for the offer that is most advantageous to the government. A best value determination will be based on price and previous experience. In assessing the offeror's experience, the Government may contact one or more of the references identified by the offeror 3. 52.212-3 Offeror Representations and Certifications -- Commercial Items Full text of this provision may be accessed at www.arnet.gov/far/. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. 4. 52.212-4, Contract Terms and Conditions -- Commercial Items, The following addenda to FAR 52.212-4 apply: 52.204-7, Central Contractor Registration; 52.204-9 -- Personal Identity Verification of Contractor Personnel. 5. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items The following additional FAR clauses cited in 52.212-5 apply: 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 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 Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41, Service Contract Act of 1965, as amended; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.225-1, Buy American Act-Supplies; 52.225-13, Restrictions of Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer; Contracting Office Address: Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Southeast (OS:A:P:B:S), 2888 Woodcock Boulevard, Suite 300, (Stop 80-N), Atlanta, GA, 30341, UNITED STATES Place of Performance: NASHVILLE TN. Point of Contact(s): Carol Lilley, Contract Specialist, Phone 404 338-9205, Fax -9233, Email Carol.Lilley@irs.gov - James Brown, Contract Specialist, Phone 404-338-9219, Fax 404-338-9231, Email james.brown@irs.gov
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=805516e21716eb20e0ce1a1de2c73100&tab=core&_cview=1)
- Place of Performance
- Address: NASHVILLE TN., United States
- Record
- SN01660076-W 20080906/080904222505-805516e21716eb20e0ce1a1de2c73100 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |