SOLICITATION NOTICE
D -- Installation/Rewiring of Communication Lines at the Pine Ridge IHS Hospital in Pine Ridge, SD - Clauses Incorporated by Reference and in Full Text - Attachment 1 Drawing - Attachment 2 Drawing
- Notice Date
- 8/25/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
- ZIP Code
- 57401
- Solicitation Number
- RFQ-12-006
- Archive Date
- 9/24/2011
- Point of Contact
- Courtney J. Davis, Phone: 6052267241
- E-Mail Address
-
courtney.davis@ihs.gov
(courtney.davis@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 2 Drawing Attachment 1 Drawing Clauses Incorporated by Reference and in Full Text This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Programs for Certain Commercial Items (10 U.S.C. 2304(g) & 2305 & 41 U.S.C. 253(g) & 253a & 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), & FAR Subpart 37.4, Non-personal Health Care Services (10 U.S.C. 2304 and 41 U.S.C. 253). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Aberdeen Area Indian Health Service (IHS) intends to award a firm-fixed price commercial item purchase order in accordance with the Request for Quotation (RFQ) 12-006 for the installation/rewiring of communication lines at the Pine Ridge IHS Hospital in Pine Ridge, South Dakota. The solicitation is issued as a 100% small business set-aside. The solicitation documents & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industry Classification System code is 238210 and the small business size standard is $14.0 million. BID SCHEDULE: INSTALLATION/REWIRING OF COMMUNCATION LINES SERVICES: the quoted pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state and local taxes) plus all other costs pertinent to the performance of this purchase order. Please complete the following pricing schedule utilizing your most competitive and reasonable rates which the IHS will use to the "Best Value" to the government. 1. Installation/rewiring of communication lines: $____________________ STATEMENT OF WORK Purpose of Contract: The mission of the Pine Ridge Indian Health Service Hospital is to provide the best possible health care services to the Native American population on the Pine Ridge Oglala Sioux Reservation in South Dakota. To meet the mission, the service unit requires a contractor install communication lines to the D Area of the Pine Ridge Hospital. The contract resulting from this solicitation shall: Be a fixed price service contract. Government Furnished Property, Facilities, and Services: The contractor will be allowed to use existing facilities when feasible. Anything beyond the current existing facilities will be the responsibility of the contractor. The contractor may utilize current existing communications conduit where available if they choose. Contractor Furnished Equipment, Facilities, and Property: The contractor will be required to furnish all materials, equipment, tools, and transportation required to complete the described installation. Scope of Work: The contractor shall provide and install (1) 24-strand multimode fiber optic cable and 10 strands of at least CAT 6 cable for a distance of approximately 150 feet from the main Telecommunications Room in F207 to the D Data Closet in Room D401. See Attachment 1 for drawings. Fiber must be terminated using ST connectors and must meet all EIA/TIA Standards. All strands of the fiber optic cables are to be tested bidirectional with an Optical Time Domain Reflectometer (OTDR) before installation (that is while the fiber cables are still on reels) and tested again after the fiber cables have been installed at the specified locations. No splicing will be permitted. Documentation of the OTDR test results for both tests are considered a contract deliverable. A warranty for a period no less than 1 year must be included. The CAT6 cable must be terminated in a 24-port CAT6 or better patch panel. The contractor shall use Leviton brand accessories in order to maintain continuity with the existing infrastructure. All strands of the CAT6 cables are to be tested and certified according to EIA/TIA standards. Documentation of the test results are considered a contract deliverable. A warranty for a period no less than 1 year must be included. The contractor shall provide and install CAT6 Plenum rated cable, terminations, jacks, faceplates, patch panels, and accessories from the D401 data closet to the locations specified throughout the D Area. The contractor shall use Leviton brand accessories in order to maintain continuity with the existing infrastructure. See Attachment 2 for drawings. The cable shall be installed in cable trays or hooks according to EIA/TIA 568 Standards to all locations indicated. All strands of the CAT6 cables are to be tested and certified according to EIA/TIA standards. Documentation of the test results are considered a contract deliverable. A warranty for a period no less than 1 year must be included. Each location indicated shall receive three drops unless otherwise specified. There are 5 locations that will require only one drop and are required to be terminated in the current faceplate for the Fetal Monitoring System. All cable shall be labeled with the room number and the jack letter (D401-A, D401-B, D401-C, etc.). The jacks or faceplates shall be labeled in the same manner as the cable. All drops must be terminated using the EIA/TIA 568-B standard. All penetrations through firewalls and smoke walls shall be properly sealed with UL list materials. Personal Qualifications: The contractor must have 3 or more years previous experience installing and testing CAT6 cable and Fiber Optic cable. Supervisory Control: Periodic inspections will be completed by the Contracting Officer's Technical Representative (COTR). The COTR for under this contract shall be Jessica Graham, Information Technology Specialist and the alternate shall be Thomas Jacobs, Information Technology Specialist. Complexity: Knowledge of CAT6 cable installation is required. Related certifications (BSCI, Leviton) are preferred but not required. Physical Demands: Work is labor intensive. Work Conditions: Work is performed indoors. Indoor settings are adequately lighted, heated, and ventilated. Quality Assurance: Periodic inspections will be completed by the Contracting Officer's Technical Representative (COTR). IRS Reporting Requirements: Contractor is required to pay all Federal, State and Local taxes, Tero Fees, and Annual Tero Business License. IHS will not withhold taxes of any kind. Reporting Requirements: The COTR must be aware of the contractor's presence on site in order to adequately manage the contract. This will be accomplished by the contractor's personnel reporting to the Information Technology Supervisor to log-in and log-out at each site visit required by the contract. Work Schedule: Hours of Coverage The regular business hours for the Rehabilitation Department are Monday through Friday from 7:30 AM to 4:30 PM with federal holidays excluded. Work may be performed in the Rehabilitation Department outside their regular business hours. The regular business hours for the Surgery Department are Monday through Friday from 7:00 AM to 3:30 PM with federal holidays excluded. The Surgery Department is also open for emergencies. Work may be performed in the Surgery Department outside their regular business hours, however the COTR must approve the time to complete work in this department due to patient care and safety issues/requirements. The Obstetrics Department operates 24 hours a day, seven days a week, including federal holidays. In the Obstetrics Department work may be performed from Monday through Friday 4:30 PM to 10:00 PM. Please note that this location will remain open to patients while work is being performed. The contractor will not be allowed to fragment the work required under this contract. Contractor must ensure that the work is scheduled in such a manner that when it is started it will be completed without interruption. Contractor's personnel will not be permitted to leave the installation to perform work required by other service calls. Overtime Work Work performed by contractor's personnel at hours other than hours of contract coverage outlined above or exceeding the contractors personal non-overtime hours will be at the contractor's expense. Contractor must schedule the work in such a manner that overtime costs will not affect the cost of the contract. PERIOD OF PERFORMANCE: The period of performance shall be from October 1, 2011 through November 30, 2011. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit a signed and approved invoice to request payment upon successful completion. (a) The Contractor shall submit an original invoice to: Attn: Accounts Payable Aberdeen Area Indian Health Service Division of Financial Management 115 4th Avenue SE, Room 309, Federal Building Aberdeen, SD 57401. (b) The Contractor shall include the following information on each invoice in accordance with the prompt payment act (5 CFR Part 1315.9 (b)): 1. Contractors name; 2. Invoice number and date; 3. Entire award number or other authorization number for delivery of goods or services; 4. Description (including dates of service), price, and quantity of goods and services rendered; 5. Shipping and payment terms; 6. DUNS number and Taxpayer Identifying Number (TIN); and 7. Contact name (where practicable), title and telephone number. Payment shall be made by the Aberdeen Area Financial Management Branch, Room 309, Federal Building, Aberdeen, SD 57401. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including below. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). Quotes shall be submitted on company letterhead stationery. Signed and dated. And it shall include: 1. Solicitation number 2. Closing Date: September 9, 2011 at 3:00 pm CST 3. Name, address and telephone number of company and email address of contact person. 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This may include product literature, or other documents, if necessary 5. Terms of any express warranty 6. Price and any discount terms 7. "Remit to" address, if different from mailing address. 8. A completed copy of the representations and certifications at FAR 52.212-3 or a copy of the contractor's Online Representations and Certifications Application (ORCA). 9. Acknowledgment of Solicitation Amendments (if any issued) 10. Past performance information, when included as a "best value" factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). FAR 52.212-2, Evaluation-Commercial Items (January 1999). The provision at 52.212-2 applies to this acquisition and is provided in full text. (a) The Government will award a purchase order resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and the following "best value" factors considered. (1) Past Performance - the government reserves the right to conduct their own investigation other than the contractors provided list. (2) Ability to meet the requirements in the statement of work. (3) Responsiveness to requirement. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011). See attachment for full text and instructions for completion. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010), applies to this acquisition and is incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011). See attachment for full text. Submit quote to: Aberdeen Area Indian Health Service Attn: Courtney Davis, Contract Specialist 115 4th Ave. SE, Room 309 Aberdeen, SD 57401 Or fax to 605-226-7669 or email courtney.davis@ihs.gov Contractors intending to conduct business with the Federal Government must register with the Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.ccr.gov or by calling (888) 227-2423 or (269) 961-5757. No contract award shall be made to any vendor listed on the OIG Exclusion List at http://exclusions.oig.hhs.gov throughout the duration of the contract. ACCEPTANCE PERIOD: Your quotation must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-12-006/listing.html)
- Place of Performance
- Address: Pine Ridge IHS Hospital, Pine Ridge, South Dakota, 57770, United States
- Zip Code: 57770
- Zip Code: 57770
- Record
- SN02549864-W 20110827/110826000234-6f7e9b42c9b98df7034ab037b4b31258 (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 |