Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2007 FBO #2067
SOLICITATION NOTICE

61 -- Perform inside and outside telecommunications projects to include drops and infrastructure rewiring, facility connections to plant insallations and modifications and neew installation to SECURE networking backbones.

Notice Date
7/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
USPFO for Alaska, P.O. Box B, Camp Denali, Fort Richardson, AK 99505-2610
 
ZIP Code
99505-2610
 
Solicitation Number
W91ZRU-07-Q-0002
 
Response Due
8/13/2007
 
Archive Date
10/12/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 13, and 19.1403 as supplemented with additional information included in this notice. This solicitation is issued under Request for Quote s (RFQ) number W91ZRU-07-Q-0002. All quotes shall reference the RFQ number and shall be submitted by 8:00 A.M. local time on 13 Aug 2007. The anticipated award date is 27 Aug 2007. The solicitation document and incorporated provisions and clauses are tho se in effect through Federal Acquisition Circular FAC 2005-05 dated 27 Jul 2005. This solicitation is issued as 100% set aside for Service disabled Veteran owned Small Business (SDVOSB). The North American Industry Classification System code (NAICS) is 42 3610 with a size standard of 100. The following minimum specifications must be met: C. BACKGROUND AND PURPOSE The Alaska Army National Guard requires support to perform inside and outside plant telecommunication projects and activities. These projects may include installing single communication drops, complete telecommunications infrastructure rewiring, facility c onnections to outside, outside plant installations and modification and new installations of SECURE and NONSECURE networking backbones. HOLOCOM Certification is required. Projects could be at any of the locations the Alaska Army Guard has armories and offi ces. Projects may include engineering, coordination and implementation based on the requirements of the Alaska Army National Guard. C.1 PROGRAM OBJECTIVE, GENERAL REQUIREMENTS All telecommunications projects will be accomplished following specifications outlined in TG-I3A, dtd August 2003. Where these guidelines may conflict with Fort Richardson guidelines, the Fort Richardson guidelines will have precedence. Except for indivi dual on demand communication drop installations, all projects will have a brief description developed by the Alaska Army National Guard. The Contractor will provide an estimated time and materials cost. Based on these costs the Alaska Army National Guar d will develop or include actual project activities to be performed by the contractor. The contractor based on the scope of a project may act as the project manager at the discretion of the Alaska Army National Guard. The Alaska Army National Guard may request procurement of telecommunication support materials and equipment. For requests that are in support of telecommunications activities, a work day is eight hours, a work week is forty hours. A normal work day is considered any normal work day for the Alaska Army National Guard not including holidays, training days, in servi ce days and weekends. Duty hours for activities will be determined on a case by case basis, taking into account the activity to be performed and the normal schedule work hours of the other personnel working on the activity. C.2 SPECIFIC REQUIREMENTS or TASKS 1. All telecommunications work performed will adhere to TG-I3A, dtd August 2003. 2. Replaced telecommunications infrastructure items will be uninstalled and disposed of. 3. All work will be documented to include labeling of telecommunications media and termination points. 4. After installation area will be restored back to original condition. 5. The Alaska Army National Guard will determine if project materials and supplies are to be government or contractor furnished. 6. Requests for individual procurements are initiated within twenty four hours of order. C.3 PERFORMANCE MEASURES 1. All work is documented. 2. Termination points are labeled. 3. Projects are completed on time as established before onset of project. 4. Outside plant activities are coordinated through Ft. Richardson. 5. TG-I3A is adhered to except those requirements superseded by Ft Richardson. 6. Work areas are kept neat and returned to original condition. 7. Requests for procurements initiated within seventy-two hours. C.4 GOVERNMENT FURNISHED RESOURCES The government will provide an area for storage of hand tools, ladders, telecommunications equipment and materials. C.5 TRAVEL REQUIREMENTS The Alaska Army National Guard will reimburse required travel. The Alaska Army National Guard will determine when travel is necessary. Travel arrangements are the responsibility of the vendor. C.6 QUALITY ASSURANCE PLAN Finalized after contract award. The Government intends to award a contract to the offeror whose quote provides the best value to the Government. The Government will evaluate each quote by integrating the evaluation price with past/present performance and technical. Technical will be ra ted at a slightly higher rate than past performance, and when combined are significantly more important than the price. The technical factors include: (1) Ability to meet the specifications- The vendor shall submit a written quote addressing each of the m inimum requirements outlined in the solicitation. The quote shall be in sufficient detail as to allow a board to review and rate the proposal. If the vendor fails to submit a written quote, it will be considered an indication that the vendor will provide all requirements as outlined in the solicitation. (2) Delivery. The vendor shall identify the number of days it will take to provide the requested service. Failure to do so will indicate an acceptance of a delivery date within 90 days of the contract awar d. Past/present performance includes (1) Offerors Business Practices, (2) Customer Relationship, (3) Ability to Provide the Requested Product, (4) Prior Experience, (5) Adherence to Schedule, (6) Quality of Contractors Team, and (7) any specific certifi cation requirements. The vendor should provide the Government with the most current past performance references. A reference name, contract number, phone number, fax number and or e-mail address should be submitted to allow the Government to obtain adequa te past performance information. The Government intends to evaluate quotes and award a contract without discussions, therefore, offerers initial quote should contain the offerors best terms from a cost or price and technical standpoint. The vendor should submit individual pricing for each component. Qualifying offers must meet the stated specifications and must be accompanied by the completed provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with the proposal package, or a co mpleted registration on the ORCA website (http://orca.bpn.gov). The following provisions and clauses will be incorporated into the solicitation by reference: 52.204-7, Central Contractor Registration, 52.211-6, Name Brand or Equal, 52.212-1, Instructors to Offerors-Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items, 252.204-7004, Central Contractor Registration Alternate A, 52.204-4, Printed or Copied-Double Sided on Recycled Paper, 252-209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program, 252.227-7015, Technical Data-Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant con tract: 52.203-6 ALT I, Restrictions on Subcontractor Sales to the Government, 52.219-8, Utilization of Small Business Concerns, 52.219-14, Limitations on Subcontracting, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Reme dies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veteran of t he Vietnam Era, and other Eligible Veterans, 52.222-37, Employment Reports on Special Disabled Veterans, Veteran of the Vietnam Era, and other Eligible Veterans, 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration, 52 .232-36, Payment by Third Party. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract; 52.203-3, Gratuities, 252.225-7012, Preference for Certain Domestic Commodities, 252.243-7002, Request for Equitable Adjustme nt, 252.247-7023. The following additional clauses and provisions are added in full text: 52.252-1, Provisions Incorporated by Reference, 52.252-2, Clauses Incorporated by Reference (The clauses and provisions incorporated by reference can be accessed in full text at http://farsite.hill.af.mil), 52.233-2, Service of Protest (Andrea Miesler, USPFO, PO Box B, Rm. B216, Camp Denali, Fort Richardson, AK 99505. Offeror Representations and Certifications  Commercial Items, 252.225-7035, Buy American Act-Free T rade Agreements-Balance of Payments Program Certificate, 252.227-7015, Item Identification and valuation. Sign and date your offer, the original must be submitted to Alaska Army National Guard, USPFO-PC, BLDG 49000, RM B216, Camp Denali, Fort Richardson, Alaska 99505-2610, ATTN: Andrea Miesler, Contract Specialist, at or before 8:00 a.m., 13 Aug 2007. For information regarding this solicitation contact Andrea Miesler 907-428-6186, andi.miesler@us.army.mil or Harold Van Nortwick at 907-428-6178.
 
Place of Performance
Address: USPFO for Alaska P.O. Box B, Camp Denali Fort Richardson AK
Zip Code: 99505-2610
Country: US
 
Record
SN01349655-W 20070725/070723224216 (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 |
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.