SOLICITATION NOTICE
70 -- Custom install CPI two bay cabinet
- Notice Date
- 12/29/2020 12:55:28 PM
- Notice Type
- Presolicitation
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
- ZIP Code
- 93555-6018
- Solicitation Number
- N6893621Q0056
- Response Due
- 1/4/2021 9:00:00 AM
- Archive Date
- 01/05/2022
- Point of Contact
- Gwynn Hartkopf, Phone: 7607933782, Faith L LaGore, Phone: (760) 793-3498, Fax: 7609393095
- E-Mail Address
-
gwynn.hartkopf@navy.mil, faith.lagore@navy.mil
(gwynn.hartkopf@navy.mil, faith.lagore@navy.mil)
- Description
- The Naval Air Warfare Center, Weapons Division, China Lake, CA intends to procure on an other than full and open basis the following: ������������� Provide and install (1) custom CPI custom two bay cabinet PT#TS1048375. ������������� Provide (1) Panduit ground bus bar PT# RGRB19CN� in the new cabinet and ground with #6 green ground wire back to Bldg. ground. ������������� Provide and install (1) CPI brush grommet PT# 13671-001 in the floor at the new CPI cabinet to allow the fiber cables to pass from the raised floor into the cabinet. ������������� Provide and install (1) CPI custom part number, TS1048378 ������������� Provide and install (4) FS Horizontal Cable Managers, part # FHD-1U-CMP100 ������������� Provide and install (1) quad dedicated 120v power outlet in the CPI cabinet. ������������� Provide and install (1) Legrand 5400 series SMR with cover and cable entrance fittings on the wall from the top of the CPI cabinet to the existing wire basket tray. ������������� Provide and install approximately 150�of 4�x4� Cooper B-line basket tray (and associated hardware) 4� deep for the classified/unclassified cabling. Tray will be installed overhead. ������������� Provide and install up to (6) 2� fire sleeve wall penetrations (drywall walls). ������������� Provide and install (1) 2� concrete/block wall penetration. ������������� Provide and install in RM. #135/137 as needed White 1� ICC SMR to transition new cables from the wire basket tray above down to the cubical workstations. ������������� Provide and install (63) classified 50/125 OM3 TB plenum aqua cables distributed to the various workstations per drawings provided terminate 4 of the 6 fiber strands on each end.� Cables will be fed from the new CPI cabinet 1st bay. (1 cable to each class workstation) ������������� Provide and install (63) unclassified 50/125 OM3 TB plenum aqua cables distributed to the various workstations per drawings provided terminate 4 of the 6 fiber strands on each end. Cables will be fed from the new CPI cabinet 2nd bay. (1 cable to each unclass workstation) ������������� Fiber optic cables both class and unclass will land in fiber optic patch panels at the CPI cabinet, and will land in a Leviton SMR box at the workstations. ������������� Provide and install (2) 12F 50/125 OM3 cables linking the CPI cabinet to the existing DITAC cabinet approximately 50� each. ������������� Provide and install (1) 12F SM cable linking the CPI cabinet to the existing DITAC cabinet approximately 50�. Add per Scott 1-50Ft SM Fiber cable land and terminate LC both ends in patch panels. ������������� Provide and install (4) Corning O1U fiber optic patch panels with LC adaptor panels. ������������� Provide and install (2) Corning O4U fiber optic patch panels with LC adaptor panels. ������������� All fiber optic cables will be terminated with LC connectors on both ends. ������������� Termination and Certification with labeling for all new cabling with documentation provided upon job completion.� ������������� Demo the existing red cat5/6 copper cabling currently feeding the workstations as well as the IDF cabinet the cables are fed from in RM. #129A. Leave the plywood backboard up and repaint with white paint. ������������� Provide (2) electronic drawings with drop IDs; (1) drawing for each classification.� EXCLUSIONS: ������������� Any and all electronic switch gear (by others) All work will be completed during normal business hours of 0600 and 1800 Monday to Friday (excluding Federal Holidays).� Access will be provided in a timely fashion to reduce wait time.� Demo of older copper cabling will happen after installation of new cabling has been installed and cutover to.� Building ground will be supplied by Government, location identified to contact so they can ground the CPI cabinet. This requirement is sole sourced to Empire Cabling, Inc, 5158 Goldman Avenue, Unit F , Moorpark, CA 93021 as the only vendor able to produce this requirement because the installation must e compatible with the existing cabling in the Building.� The new hardware installed must remain consistent with the cabling hardware already in place. �Respond to Gwynn Hartkopf, by email to gwynn.hartkopf@navy.mil This notice of intent is not a request for competitive proposals; however, any form believing it can fulfill the requirement identified above may submit a written response to be received at the Contracting Office no later than 05 days after the date of publication of this notice, which shall be considered by the agency. The written response shall reference solicitation number N6893621Q0056 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. All responsible sources must be registered in the System for Award Management (SAM) database at the following website: http://www.sam.gov/portal/public/SAM. Written responses shall be submitted by e-mail to the point(s) of contact listed below or mailed to the Contracting Office Address listed below no later than 05 days from this notice date. (POCs information auto-populates via table above.) Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within Contract Opportunities.� See the DLIS website for registration details: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx Going forward, all new entities registering in GSA's System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated.� It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an 'Active' status as the government cannot award to an entity without an 'Active' SAM registration. More information can be found at www.gsa.gov/samupdate. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6277072be4ae4174acab2b6061e7760e/view)
- Record
- SN05882438-F 20201231/201229230116 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |