SOURCES SOUGHT
D -- Professional Services to Develop, Integrate and Maintain the National Institutes of Health Information Transport Systems
- Notice Date
- 11/6/2012
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
- ZIP Code
- 20894
- Solicitation Number
- NIHLM2013610
- Point of Contact
- Amy Sheib, Phone: 3014966546, Karen D Miller, Phone: 301 496-6546
- E-Mail Address
-
ap370t@nih.gov, kr33v@nih.gov
(ap370t@nih.gov, kr33v@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- PURPOSE: THIS IS NOT A SOLICITATION OR A REQUEST FOR PROPOSAL (RFP). THIS REQUEST IS FOR PLANNING PURPOSES ONLY AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. ANY COST INCURRED AS A RESULT OF THE ANNOUNCEMENT SHALL BE BORNE BY THE INTERESTED PARTY (PROSPECTIVE OFFEROR) AND WILL NOT BE CHARGED TO THE GOVERNMENT FOR REIMBURSEMENT. The National Library of Medicine on behalf of the National Institutes of Health, Center for Information Technology is issuing this sources sought/request for information to provide Professional Services to Develop, Integrate and Maintain the National Institutes of Health Information Transport Systems at the Centers for Information Technology (CIT) at the National Institutes of Health (NIH) in Bethesda Maryland, Baltimore City, and the NIH site at Poolesville, MD. On rare occasion the Contractor, may be requested to perform installations on Government sites at NIH locations out of the Baltimore-Washington DC Metro areas. These could include but are not limited to Hamilton, MT, Raleigh, NC, Frederick, MD. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS. Once a determination is made regarding the suitability of this requirement for a small business set-aside or an open competition to include both large and small business, a separate Request for Proposals will be issued. The applicable North American Industry Classification System (NAICS) code for this requirement is 238210. Therefore, the small business size standard for this announcement is $14 million dollars. Please note that in order to qualify as an eligible small business for purposes of a small business set-aside, at least 50% of the direct labor cost must be in-house. Specifically, FAR 52-219-14 - Limitations on Subcontracting states that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Companies are requested to submit a Capability Statement, limited to 5 pages, that meets the applicable size standard designated for this project and that at a minimum includes past performance information related to a similar requirement demonstrating your ability and related experience. Services provided by the Contractor would be: Fiber Optic Backbone Requirements: Installation/Maintenance/Testing of horizontal fiber consisting of 62.5MM, 50MM, Singlemode; Installation/Maintenance/Testing of OSP/ Riser fiber consisting of 62.5MM, 50MM, Singlemode; Installation/Maintenance/Testing of the Sumitomo Future Flex backbone system; Installation/Maintenance/Testing of Sumitomo Future Flex riser systems; Installation/Maintenance/Testing of Sumitomo Future Flex horizontal systems; and Updating of documentation to support the Sumitomo Warranty with NIH. Dense Wavelength Division Multiplexing (DWDM) Fiber Requirements: Installation/Maintenance/Testing of the fiber optic cabling to support the NIH DWDM System. Network UTP/Fiber Optic Cabling: Installation/Maintenance/Testing of Data Center UTP cabling, Installation/Maintenance/Testing of Data Center Horizontal Fiber Optic Cabling. BAS UTP Cabling: Installation/Maintenance/Testing of UTP and Fiber Optic cabling to support the NIH Facility Network known as FACNET and Building Automation Systems. Distributed Antenna Systems (DAS): Installation/Maintenance/Testing of DAS systems. CATV Backbone Installation: Installation/Maintenance/Testing of CATV systems. Backbone Copper Requirements: Installation/Maintenance/Testing of Outside Plant (OSP) rated underground cable; Installation/Maintenance/Testing of products to support the "pressure rating" on OSP cables; Installation/Maintenance/Testing of the NIH OSP air pressure system; Installation/Maintenance/Testing of the NIH Maintenance Hole Systems; and Updating of NIH "plats" MS SharePoint and AutoCad drawings and records to support the Copper NIH Backbone System. Core Competencies: The Core Competencies for this request to support the embedded base are: Sumitomo Future Flex systems installation and maintenance, Siemon Company systems installation and maintenance, Fiber optic cable installation, testing, and maintenance, Distributed Antenna System Installation, OSP cabling installation, testing and maintenance Key Personnel: The Contractor shall provide the following on-site personnel: AutoCad Operator Contractor Project Manager who holds a valid BICSI RCDD certification, a valid Simeon Company Designer Certification, a valid Sumitomo Future Flex Designer certification, & the Contractor Project Manager shall provide detailed Methods of Procedures (MOP) with an estimated quote as required for tasks requested by the COR. Telecommunication Technicians Data Communication Technicians The Contractor shall provide the needed manpower and equipment necessary to perform the proscribed Installation and Maintenance efforts of the Core Competencies Tasks beyond the scope of daily Maintenance as agreed upon by the Contractor and the NIH Project Manager INFORMATION REQUESTED: Provide a capabilities statement that at a minimum includes past performance information related to a similar requirement demonstrating your ability and related experience. (Limited to 5 pages.) Please submit 1 hard copy & 1 electronic copy of your response to the attention of Amy Sheib, Contracting Officer at the address provided by 1:00 PM Local Time on Monday, November 19, 2012. Electronic (e-mails) submittal will also be accepted at ap370t@nih.gov (please format for printing in black & white). Generic marketing brochures will not be considered further. This announcement is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted or the Government's use of such information. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this announcement or the Government's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Responses will be held in a confidential manner. Any proprietary information should be so marked. All respondents are asked to indicate the type and size of your business organization, e.g., Large Business, Educational Institution, Small Business, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, HUBZone Small Business, Small Disadvantaged Business, Women-Owned Business, 8(a). Amy Sheib, Contracting Officer, 6707 Democracy Blvd, Suite 105, Bethesda, MD 20892 Karen Miller, Contracting Officer, 6707 Democracy Blvd, Suite 105, Bethesda, MD 20892 or kr33v@ nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2013610/listing.html)
- Record
- SN02925732-W 20121108/121106234629-c1536e26b3f7fddbfc4308337e3adbc7 (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 |