SOLICITATION NOTICE
N -- Install telecommunications system infrastructure and cabling
- Notice Date
- 7/29/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command New Orleans, 4640 Urquhart Street, New Orleans, Louisiana, 70117-4698
- ZIP Code
- 70117-4698
- Solicitation Number
- 21-09-2993GE301
- Archive Date
- 8/25/2009
- Point of Contact
- Lyndie J.Loyd, Phone: 5042536446, NIChelle L. Flynn, Phone: 5042536454
- E-Mail Address
-
Lyndie.J.Loyd@uscg.mil, nichelle.l.flynn@uscg.mil
(Lyndie.J.Loyd@uscg.mil, nichelle.l.flynn@uscg.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- PSU 308 INTERIM RELOCATION AT STENNIS INTERNATIONAL AIRPORT (ESU 2009-0238) STATEMENT OF WORK (SOW) 1. SCOPE 1.1. Install telecommunications system infrastructure and cablmg (voice and data) as part of the unit relocation from existing trailer to new trailers located at Stennis International Airport (Stennis LAP). 1.2. Install additional conduit, pathways, and outside plant cable (OSP) as required to support the temporary unit location. 2. REQUlREMENTS 2.1. GENERAL REQUIREMENTS 2.1.1. All horizontal cable shall be CAT5e and shall conform to TIA/EIA-568. 2.1.2. All work area outlets (WAO) and patch panel terminations in closets and equipment rooms shall be terminated T568A by the contractor in accordance with TIA/EIA 568. 2.1.3. Data connections in the telecommunications spaces and cabinets shall be terminated T568A in accordance with TIA/EIA 568 in rack mounted category 5e patch panels using 110-style back planes. 2.1.4. Voice connections in the telecommunications spaces shall be terminated with TIA/EIA 568 on wall mounted 110 punch blocks with C-4 connectors. 2.1.5. All cabling and equipment shall be installed to conform to the requirements of TIA- 569B, J-STD-607-A, TIA/ElA-568, TIA-526-14A, TIA-758A, the National Electric Safety Code (NESC) and the NFPA 70 (NEC). 2.1.6. Equipment racks and cabinets shall meet the requirements of ANSI/EIA 310D. 2.1.7. The administrative and documentation requirements of the telecommunication system infrastructure shall be accomplished by the contractor in accordance with TIA/EIA- 606A and submitted to Coast Guard ESU NOLA. 2.1.8. Provide electronic results of all cable testing executed in paragraphs 2.2.19 - 2.2.20 to ESU/ESD New Orleans. 2.1.9. All multi mode fiber optic cables shall conform to the requirements of Article 770 of the NEC (NFPA 70) for its application. 2.1.10. The contractor shall provide all cabling, hardware, equipment, materials, and telecommunications infrastructure (racks, patch panels, protection blocks, etc) to complete the installation and execution of this Statement of Work (SOW). 2.1.1 1. All unused cabling, hardware, equipment, materials, and telecommunications infrastructure (racks, patch panels, protection blocks, etc) from paragraph 2.1.9 above purchased and billed to the Coast Guard shall be turned over to Coast Guard ESD New Orleans upon completion of this SOW. 2.2. ADDITIONAL REQUIREMENTS 2.2.1. All horizontal cable shall be blue-colored for data and white-colored for voice. 2.2.2. All horizontal cable shall be CAT5e, 24AWG; further, all horizontal data cable shall have a maximum length of 90 meters from the patch panel to the WAO. 2.2.3. All WAO shall be quad outlets (2 voice, 2 data) unless otherwise specified. 2.2.4. The Contractor shall install forty-seven (47) WAO quads in the main trailer, six (6) WAO quads in the communications trailer, and three (3) dual, 8P8C orange colored jacks in the shower trailer (to support telephones only). 2.2.5. All WAO shall have two (2) blue colored 8P8C jacks for data on the bottom and two (2) orange colored 8P8C jacks for voice on the top. 2.2.6. All WAO shall be labeled on the faceplate with the next sequence number and corresponding letter A-D (A or B for voice, C or D for data). For example, label the first quad 1A and 1B for voice, IC and ID for data; each label on the WAO shall correspond to the location on the patch panel (data) and 110 block (voice) and shall be labeled the same. 2.2.7. Install a standard (19-inch), floor mounted, 7FT equipment rack with vertical and horizontal cable management in the main trailer MDF. 2.2.8. Install a standard (19-inch), wall mounted half rack with horizontal cable management in the communications trailer IDF. 2.2.9. Install four (4), 24 port, CAT5e patch panels with 110 style backplanes in the MDF equipment rack. 2.2.10. Install one (I), 24 port, CAT5e patch panel with 110 style backplane in the IDF equipment half rack. 2.2.11. All OSP cables shall he labeled on both ends for identification; the labeling shall consist of nomenclature identifying the origin-point, end-point, and the next numerical sequence indicating similar cable types if necessaiy. 2.2.12. All OSP cables shall be installed in existing conduit. 2.2.123. A11 OSP fiber optic cable shall be 6-strand, multimode, 62.51125 pm coreicladding diameter; all fiber shall be installed in inner-duct. 2.2.14. Appropriate fan-out kits shall be used in the termination of any loose tube optical fiber incorporated in the design. Check with the Coast Guard technical representative if in doubt of the applicability of fan-out kits. 2.2.15. All OSP copper cable shall be CAT3, number of pairs specified,24AWG, and PE-89. 2.2.16.The OSP cable in paragraph 2.2.10 shall be 50-pair between the main trailer (MDF) and the communications trailer (WF); the OSP shall be 6-pair (not to exceed 12-pair based on cable availability) between the MDF and the shower trailer. 2.2.17. All OSP copper cable shall be terminated on protection-blocks with lightning arrestors appropriate to the number of pairs supported. 2.2.18. All OSP cabling, hardware, equipment, materials, and telecommunications infrastructure (racks, patch panels, protection blocks, etc) shall be grounded to the TMGB (or TGB as appropriate) in accordance with J-STD-607A using a #6 AWG stranded copper cable with green sheath jacket. 2.2.19. Perform quality control (QC) testing of all cabling in the presence of and as determined by the on-site ESU/ESD NOLA technical supervisor. 2.2.20. Execute corrective actions to correct all discrepancies discovered during execution of paragraph 2.2.19 above. 2.2.21. All penetrations of established fire-boundaries shall be fire-stopped using telecommunications industry standard approved materials and methods in accordance with TIA-569B Annex A. 2.2.22. The contractor shall notify the USCG ESU New Orleans site supervisor at least 72 hours prior to commencing work. 2.2.23. The contractor shall notify the USCG ESU New Orleans site supervisor at least 24 hours prior all testing; all testing shall be witnessed aid approved by the ESD NOLA site supervisor. 2.2.24. The contractor shall be responsible for all accidents (regardless of severity) and damage to personnel and property as a result of their negligence and/or failing to inspect the work area. 2.2.25. The contractor shall remove all debris, trash, and refuse from the work site afier completion of each day and after final completion of the work ordered. 2.2.26. The contractor is responsible for and shall obtain all permits, shall mark any possible utility obsbuctions, and shall bear the costs of any fines and to repair all damages that may occur as a result of failing to follow all federal, state, and local laws, codes, and regulations. 2.2.27. The contractor shall posses all certifications and licenses which are required by federal, state, and local laws, codes, and regulations to perform the work; the contractor shall ensure that at least one person possessing the required certifications and licenses shall be physically at the work site during all instances when work is performed. 3. EXISTING CONDITIONS 3.1. PSU 308 has three (3) existing and currently occupied trailers at Stennis IAP; no cabling, hardware, equipment, materials, and telecommunications infrastructure (racks, patch panels, protection blocks, etc) from these trailers shall be used by the contractor to execute this project. 3.2. PSU 308 has three (3) existing new trailers that constitute the SOW job-site; a main trailer (demark and MDF location), a shower trailer, and a communications trailer (IDF location). 3.3. All work performed under this SOW shall be limited to the job-site location and trailers specified in paragraph 3.2 only. 3.4. The trailers in paragraph 3.2 are supported by an OSP conduit system with hand-hole pull points and pull strings; one (I) conduit contains the service entrance cable from the telephone company provider and shall not be used without approval of the ESU/ESD NOLA site supervisor. 4. GOVERNMENT FURNISHED EQUIPMENT (GFE) -There is no GFE in this SOW except as listed under paragraph three "Existing Conditions". 5. CONTRACTOR FURNISHED EQUIPMENT (CFE) -All OSP, cabling, hardware, equipment, materials, and telecommunications infrastructure (racks, patch panels, protection blocks, etc), including rental equipment, shall be furnished by the Contractor. 6. WORKSITE LOCATION - The job-site address is: USCG Port Security Unit 308 14115 Fred & A1 Key Road Kiln, MS 7. POINTS OF CONTACT - The ESU New Orleans Project Team: LTJG Jasper Esmalla 504-253-6630 Jasper.S.Esmalla@uscg.mil ITCS Michael A. Bumgardner Michael.A.Bumgardner@uscg.mil 504-253-6610 ITC Gilbert Aguirre Gilbert.R.Aguirre@,uscg.mil 504-253-6609
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCNO/21-09-2993GE301/listing.html)
- Place of Performance
- Address: The job-site address is:, USCG Port Security Unit 308, 14115 Fred & A1 Key Road, Kiln, MS, Kiln, Mississippi, United States
- Record
- SN01892103-W 20090731/090730001643-8b5dd81ab1fb435649300d33bcead219 (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 |