SOLICITATION NOTICE
60 -- Replace Damaged Fiber/Copper
- Notice Date
- 9/20/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- SER - Everglades National Park Administration40001 State Road 9336 Homestead FL 33034
- ZIP Code
- 33034
- Solicitation Number
- E11PS56977
- Archive Date
- 9/19/2012
- Point of Contact
- William W. Leady Contract Specialist 3052427792 William_W_Leady@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. A written solicitation will not be issued. This solicitation is being issued as RFQ # P11PS56977.The U.S. Department of the Interior, National Park Service, Everglades National Park, located in Homestead, Florida requires replacement and installation of copper and fiber optic cable.The North American Industry Classification System (NAICS) code is 811212 and the size standard is $25 Million. The Government intends to award a firm fixed price contract in accordance with FAR Part 12, Acquisition of Commercial Items, and FAR Part 37, Services Contracting. STATEMENT OF WORK For Lightning Strike from 8-17-2011: Replacement and Installation of Copper and Fiber Optic cable at Everglades National Park in Homestead Florida 33034 OBJECTIVES I: There is an urgent and compelling requirement to replace damaged copper and fiber throughout the lightning damaged area at Everglades National Park. II: Everglades National Park will keep possession of all the old copper that gets removed. However, the vendor could submit an allowance or discount for removing all copper and selling the copper. The decision will be made prior to award and can only be made by Everglades National Park.REFERENCES TIA/EIA 569, TIA/EIA 607, ANSI/TIA/EIA 606-A standard, TIA/EIA 758, NFPA 70 and NECA 301-2004SPECIFICATIONS / GENERAL REQUIREMENTS a.Contractor/subcontractor performing horizontal and campus telecommunications cabling installation shall be a certified BICSI Level 2 installer or hold an industry equivalent certification or higher. b.Contractor shall understand and practice all EIA/TIA Specifications, the National Electric Code and local laws pertaining to copper telephone cable and fiber optic cable. c.All fiber optic and copper cable shall be outdoor rated and shall conform to references above. d.Connections in the telecommunications spaces and cabinets shall be terminated by the contractor in accordance with TIA/EIA 568. e.All copper telecommunications cabling shall be installed and terminated in accordance with TIA/EIA 568 and J-STD-607-A. f.Contractor will terminate the fiber optic cable on both ends with "ST" style of connectors. g.All strands of fiber optics will be tested and certified utilizing an OTDR and power meter/light source. h.All cables and panels will be labeled with machine-generated labels. i.All test results will be provided as part of this project j.Contractor will state the warranty period of installation and installed products. PRE-PROPOSAL SITE VISIT Visit requests shall be made prior to site visit to Allan Morrison, 305 224-4202, mailto: allan_morrison@nps.gov SCOPE OF WORK On-Site Conditions:The contractor will provide a project manager who will oversee all labor and provide project management reports. The Project Manager will attend construction, progress and safety meetings, when required.Cabling Pathways:The contractor will install NEC compliant J-Hooks in order to route and bundle the cable; and will use the existing underground conduit as the pathway. Since this is a firm fixed price project, the contractor should be aware that these pathways maybe clogged, filled with water, and or mud.Communications Room at Pine Island:The contractor will be required to install a rack mount LIU to be able to house and terminate the fiber on both ends. The fiber will be terminated with SC connectors. The contractor will terminate all copper feeders onto a porta block with clamping diodes.ENP HQ Backbone:The contractor will install (1) 6 Strand indoor/outdoor Multi Mode Fiber through an existing underground conduit. The contractor will install approximately 6 Miles (this must be measured for accuracy) of 12 pair and 3 Miles (this must be measured for accuracy) of 25 Pair. And 6 pair of copper to Long Pine Key Residence. All feeders must be properly terminated, grounded and protected.No permits are required.ENP Payment Terms:Invoice must be submitted to the Contracting Officer and will be submitted for payment upon completion of project.ENP Project Schedule:The contractor will commit to full adherence to the project schedule. The project can commence within 5 business days from awardInsurance:The contractor must have at all times, comprehensive general liability insurance, employer's liability, worker's compensation insurance and property damage insurance.Material List:Quantity & Item Description160 FT- 6 Strand Fiber In/Out MM2- Fiber Enclosure Wall/Rack Mount2-- 6 Packs SC12 -SC Fiber Connectors1 - 24"H X 24"W X 30" Deep1 - 2' X 2' Backboard31580 FT- 12 Pair Copper OSP 15840 FT- 25 Pair Copper OSP2- 12 Pair Protectors2 - 25 Pair Protectors4- Porta Block with Clamping Diodes100 FT - Ground Cable500 FT- 6 Pair Copper OSP2 - 6 Pair Protectors CABLING TAG, TEST & TERMINATE All new cabling and new and existing jacks shall be Tagged, Terminated and Tested in accordance with EIA/TIA, BISCI and industry standards. GOVERNMENT FURNISHED PROPERTY (GFE) None. CONTACTOR ACQQUIRED PROPERTY (CAP) THE CONTRACTOR SHALL PROVIDE AND STAGE ALL MATERIALS FOR THIS PROJECT. ANY MATERIAL (MINUS APPROPRIATE CONSUMABLES) REMAINING AFTER THE TASK IS COMPLETE WILL BE CONSIDERED PROPERTY OF THE GOVERNMENT. THE CONTRACTOR SHALL ADVISE THE GOVERNMENT OF THE STATUS OF MATERIALS AND THE GOVERNMENT WILL ADVISE THE CONTRACTOR ON THE FOLLOW ON DISPOSITION. TRAVEL AND PER DIEM Travel and PER DIEM expenses are not authorized. TRANSPORTATION OF EQUIPEMENT/MATERIAL a. THE CONTRACTOR IS RESPONSIBLE FOR THE TRANSPORTATION OF ALL EQUIPMENT AND MATERIAL AND IS AUTHORIZED TO DO SO. b. THE CONTRACTOR WILL SHIP DELIVERABLE DOCUMENTS TO STAKEHOLDERS AS ASSIGNED. DATA DELIVERABLES a. All data deliverables will be in the format of Microsoft Office product line. b. Status reports - provided on as needed basis and/or daily; can be soft copy via email unless stated. c. The administrative and documentation requirements of telecommunication systems in the building shall be accomplished in accordance with TIA/EIA 606 by the Contractor and three to five copies to Everglades National Park. SUB-CONTRACTING REQUIREMENTS At the discretion of the Contractor, however, each sub-contractor shall be required to meet the security requirements of HSPD-12 and not be on the GSA Excluded Parties list as a suspended or debarred business or individual entity. QUALITY ASSURANCE PLAN The Contractor shall develop a Quality Assurance Plan (QAP) with Milestone Event dates and provide to the CO within 3 days of the Contract Start Date. The CO will review and when satisfied with the scope and content of the QAP issue a "Notice TO Proceed" to the Contractor; then and only then may the Contractor begin mobilizing personnel, equipment and materials to the job site. The Contractor shall coordinate and conduct ALL testing and acceptance with designated COTR. Any testing not witnessed by the COTR representative may be subject to rejection by the CO. The actual acceptance plan will be developed by the Contractor and reviewed by the COTR and CO prior to approval of said plan. OTHER SPECIFICATIONS: The vendor submitting their proposals should independently evaluate the lengths needed, and base their bids on their own estimates. The Government will not be responsible for any additional costs incurred if the length estimates provided above are inaccurate. Please email all questions to William_W_Leady@nps.gov no later than September 22, 2011. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.All proposals must be submitted via mail or email no later than September 23, 2011. The address to submit proposals via regular mail is: William W. LeadyContract Specialist Everglades National Park/NPS 40001 SR 9336Homestead, FL 33034 The address to submit proposals electronically is: William_W_Leady@nps.gov.The FOB point will be Destination. "FOB Destination" means that all costs for transportation or freight from the shipping point shall be paid by the contractor and included as a separate line item. The total price should include all shipping cost.The following provisions and clauses apply to this procurement: FAR 52.212-01 Instructions to Offerors - Commercial Items; FAR 52.212-02, Evaluation - Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision: Quotes will be evaluated based on best value to the Government, which will result from low price. FAR 52.212-03, Offeror Representations and Certifications - Commercial Items; FAR 52.212-04, Contract Terms and Conditions - Commercial Items; FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) the following clauses apply: FAR 52.219-06; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-01; FAR 52.232-33); FAR 52.204-07, Central Contractor Registration; FAR 52.211-05, Material Requirements; FAR 52.223-06, Drug-Free Workplace; FAR 52.247-34, FOB Destination. The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/FAR. The contractors identified for the competition are required to be registered on all three of the following websites: National Business Center (NBC) - http://ideasec.nbc.gov/, the Central Contractor Registration System (CCR) - http://www.ccr.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E11PS56977/listing.html)
- Place of Performance
- Address: Everglades National Park
- Zip Code: 33034
- Zip Code: 33034
- Record
- SN02583851-W 20110922/110920235108-eaae47e69423076cff34293163a18851 (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 |