MODIFICATION
D -- ICE CONUS & OCONUS Cabling
- Notice Date
- 1/5/2011
- Notice Type
- Modification/Amendment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-TC, 801 I STREET, NW, Suite 910, Washington, District of Columbia, 20536, United States
- ZIP Code
- 20536
- Solicitation Number
- HSCETC-11-R-00001
- Point of Contact
- Patrick Loftus, Phone: 202-732-7376, Nancy Maples-Remley, Phone: 2027322556
- E-Mail Address
-
patrick.loftus1@dhs.gov, nancy.maples-remley@dhs.gov
(patrick.loftus1@dhs.gov, nancy.maples-remley@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The Department of Homeland Security (DHS) Immigrations and Customs Enforcement (ICE) Office of the Chief Information Officer (OCIO) Systems Development Division (SDD), Engineering Branch has a requirement for Cabling Services and Support (CSS). These services include management, supervision, materials, services, identification, and performance of the cabling activities required for approximately 500 geographically dispersed ICE locations, sites, and facilities in the Continental United States (CONUS) and Outside the Continental United States (OCONUS). The Awardee shall support prospective ICE sites as the agency expands. The tasks include site surveys, installation, testing, and documentation of video wireless, data, and voice communications cabling and related equipment. This requirement shall contain three (3) main tasks: 1: Site Survey 2: Installation 3: Emergency Equipment / Materials. (Note: For region six (6) OCONUS it is the intention of the Government to have the site surveys and installation performed by Government Engineers. The small-business contractor will obtain, assemble and ship materials and equipment to the OCONUS location.) The projected date for the issuance of the FINAL RFP solicitation is on or about February 15, 2011. The solicitation will be available on the Federal Business Opportunity (FedBizOpps) site only (www.fbo.gov). ICE intends to procure on a 100% small-business set-aside basis soliciting in accordance with the procedures of the Federal Acquisition Regulation (FAR) Part 12 "Acquisition of Commercial Items" and awarding in accordance with FAR 19 "Small-Business Programs." The NAICS code for this procurement is 238210 - "Electrical Contractors and Other Wiring Installation Contractors." The size standard for the 238210 NAICS code is $14M in average annual receipts for the preceding three (3) years. The Government anticipates awarding a Fixed-Price single-award Indefinite Delivery - Indefinite Quantity (IDIQ) contract in each of the six (6) operating regions (see attachment A: Map) including Contract Line Item Numbers (CLINS) for CONUS and OCONUS Emergency Equipment / Materials to the Offeror providing the Best-Value proposal to the Government. Offeror's may be able to propose for and be eligible for award in more than one (1) region. The performance period of any resultant contract (s) will be a two-year (2) base and three (3) one-year options. The anticipated award date is March 31, 2011. Provided are estimated dollar values per region per year: 1. East Region $2 - 2.5 million 2. North Region $1 - 1.25 million 3. West Region $1.5 - 1.75 million 4. South Region $1.25 - 1.5 million 5. HQ / Capital Region $225,000 - 250,000 6. OCONUS $120,000 - 140,000 Task 1 (Brief overview): PERFORM SITE SURVEY ANALYSIS The Awardee shall identify the proper cabling, equipment, and infrastructure to meet the Government's requirements. This includes performing "on-site" site surveys to appropriately capture requirements, priorities, and needs and to identify potential growth trends that may affect network infrastructure, technology, and security requirements. The site survey shall include but not be limited to the following: • Define the scope of the project. • Test the existing cabling to determine if it meets current standards and is reusable (if applicable). • Prepare a bill of materials for the project. • Determine the cable network Electronic Industry Association (EIA) and Telecommunications Industry Association (TIA) standards and applicable State and local codes. • Document existing topologies. • Provide a Firm-Fixed Price (excluding materials) for the project. Task 2 (Brief Overview): INSTALLATION & TESTING • Installation shall include Category 6 (CAT) copper plenum cable and fiber cable when required. In some instances installation of buried cable or underwater cable may be required. Installation of wireless devices may be required. The Awardee shall extend network connections from the point where telephone company lines terminate (circuit extensions). • The Awardee shall label all installed cables in accordance with the Telecommunications Industry Association (TIA) and Electronic Industry Association (EIA) standards to ensure each jack in the building is assigned a unique number to support full and accurate labeling. • The Awardee shall test cable networks for integrity, interference, static, and other cable specification problems. • The Awardee shall prepare cabling as built drawings for each location where services are rendered detailing the cable design, terminations, routing, and numbering scheme. Task 3 (Brief Overview): EMERGENCY EQUIPMENT / MATERIALS • In the case of a declared emergency or terrorist attack it may be necessary for the Awardee to provide ICE with equipment to CONUS and OCONUS locations. This equipment will be ordered on an "as required" basis not in the form of pre-prepared "kits." Examples of possible equipment is bulk cat-6 cable, preterminated armor clad fiber optic cable, 19" equipment racks, patch panels, cat-6 and fiber optic jumper cables and cat-6 wall jacks. Government engineers will perform the site survey and installation at the ICE location. The Awardee will supply and ship the necessary equipment. The Awardee will be paid for the labor associated with preparing and shipping the supplies. There will be two separately priced optional Emergency Equipment CLINs, one for CONUS and one for OCONUS. This announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. No response is required. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2010-12-21 13:43:15">Dec 21, 2010 1:43 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-01-05 09:01:17">Jan 05, 2011 9:01 am Track Changes This amendment is to change the projected RFP date from 2/15/2010 to 2/15/2011
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-TC/HSCETC-11-R-00001/listing.html)
- Record
- SN02355057-W 20110107/110105234342-7e6e843957801be0b309568b61ef4e3c (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 |