Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2012 FBO #3837
SOLICITATION NOTICE

J -- Wiring Services - Cover Sheet

Notice Date
5/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, District of Columbia, 20525
 
ZIP Code
20525
 
Solicitation Number
CNSHQ12T0026
 
Archive Date
6/23/2012
 
Point of Contact
Khaleelah S. Wright,, , Leroy Dawson,
 
E-Mail Address
kwright@cns.gov, ljdawson@cns.gov
(kwright@cns.gov, ljdawson@cns.gov)
 
Small Business Set-Aside
N/A
 
Description
ATTACHMENT A - Price Summary Sheet ORCA FORM Proposal Cover Sheet This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, in conjunction with FAR Subpart 13.5, and as supplemented with additional information included in this notice. This announcement is the only solicitation; quotes are being requested and a written solicitation will not be issued. Combined synopsis/solicitation number CNSHQ-12-T-0026 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-56, dated April 2, 2012. This acquisition is solicited as unrestricted under North American Industrial Classification Systems (NAICS) code 238210. All responsible sources may submit a quotation which shall be considered by the agency. The requirement of this solicitation is for wiring services for the AmeriCorps National Civilian Community Corps (NCCC) North Central Region campus, located in Vinton, Iowa. This is a Time-and-Materials (T&M) type Blanket Purchase Agreement (BPA) that will be awarded via OPEN MARKET as set forth in the Statement of Work included herein. This award shall be made via Lowest Price Technically Acceptable (LPTA). Award will be all or none. The period of performance will be for a duration of five years. Pricing shall remain in effect for the duration of the BPA. The price summary sheet is attached. STATEMENT OF WORK WIRING SERVICES NCCC NORTH CENTRAL REGION REQUESTOR Corporation for National and Community Services AmeriCorps National Civilian Community Corps (AmeriCorps NCCC) North Central Region REQUESTOR LOCATION 1004 G Ave., Vinton, IA 52349 REQUESTOR INFORMATION AmeriCorps NCCC is a residential national service program operated by the Corporation for National and Community Service. The AmeriCorps NCCC mission is to strengthen communities and develop leaders through team-based national and community service. The AmeriCorps NCCC mission is accomplished through the engagement of young people ages 18 - 24 in team-based service on projects in local communities throughout designated regions of the country. SERVICE DESCRIPTION (Quantity, Essential Physical Characteristics) Install, repair, replace, upgrade, or move data/telecom infrastructure components, as required. Services to include existing data/telecom infrastructure as well as additional infrastructure elements needed to support new program and operational requirements. Technology areas include analog and digital data, voice, video; wireless point to point distribution; and wireless point to multipoint distribution of data/telecom traffic. Run wiring, CAT-6 or latest, for additional: 1) telephone lines; and 2) internet due to FEMA expansion or future requirements, as developed. All cabling should be run unexposed, be terminated in an appropriate patch panel in the wiring closet or the end of the cable run that will terminate at the network switch, and in an appropriate wall jack. All cable runs will be certified to TIA/EIA 568-B.2-1 industry standards to include the patch cords at each end of the cable run. The contractor will provide all necessary labor, tools, and diagnostic equipment. Required materials will be included within the contractor's written estimate. Materials may include: cables; adapters; wall plates; conduit or Panduit; fasteners; switches and routers; networking hardware, i.e. access points: and replacement hardware required for repairs, as well as any add, move, or change request. The Government will provide its requirement list at time of call. The Government will not reimburse travel expenses to or from the campus. RESPONSIBILITIES OF THE CONTRACTOR: 1. Control and Payment of Subordinates. Any additional personnel performing the services under this Order on behalf of the Contractor will at all times be under the Contractor's exclusive direction and control. Contractor will pay all wages, salaries, and other amounts due such personnel in connection with their performance of services under this order and as required by law. Contractor will be responsible for all reports and obligations relating to such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, and workers' compensation insurance. 2. Conformance to Applicable Requirements. All work prepared by Contractor will be subject to the approval of the Contracting Officer's Representative, who is an employee of the CNCS. 3. Coordination of Services. Contractor agrees to work closely with the Contracting Officer's Representative in the performance of services and will be available to the CNCS's staff, consultants, and other staff at all reasonable times. Contractor agrees to schedule/coordinate any needed power interruption with the NCCC North Regional Campus staff, 24 hours in advance. 4. Standard of Care: Licenses. Contractor will perform the services under this BPA in a skillful and competent manner and will serve and maintain in force any and all licenses, permits, or other approvals necessary for it to carry out the services. 5. Insurance. Contractor will provide certificate of insurance, and will require any subcontractor to obtain insurance and provide a certificate of insurance to the Contracting Officer. The required types of insurance are: General Liability Insurance, or equivalent form, with a combined single limit of not less than $1,000,000 per occurrence. Business Automobile Insurance, or equivalent form, with a combined single limit of not less than $1,000,000 per occurrence. Such insurance will include coverage for the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed for which the contractor is responsible. Workers' Compensation Insurance will be maintained within the limits required by the Labor Code of the State of Iowa and employers' liability insurance limits of not less than $1,000,000 per occurrence. Professional Liability insurance for errors and omissions with limits of not less than $1,000,000 per claim. Such insurance will be maintained for a period of one year following completion of the contract. 6. Invoicing: Contractor will submit monthly billing invoice(s) to the Contracting Officer, and the billing office via email: cncsinvoices@cns.gov. 7. Extra Work. At any time during the term of this BPA, the Contracting Officer may request the Contractor to perform work determined necessary for the operation and maintenance of the electrical wiring or to maintain the integrity of the electrical system. Compensation for extra work will be on a time and materials basis, per the rates identified in Attachment A. Contractor will not perform, nor be compensated for work that is performed without prior written authorization from the Contracting Officer. 8. Warranty. Contractor expressly warrants that the services shall be free from defects in material and workmanship. If the services prove to be defective within one year from the services completion date, and upon prompt written notification from the Contracting Officer, Contractor shall, at its option, either repair, replace, or re-perform said services, or refund the price of the services. BPA LIMITS: Single purchase limit $25,000.00; Maximum Ceiling Amount: $200,000.00 AGENCY CONTACTS To be determined ATTACHMENT A PRICE LIST - SERVICE RATES TIME AND MATERIALS The price evaluation may consider the following, or a combination of the following: • Comparison to other offerors' proposals • Comparison to the independent government cost estimate • Comparison to other historical data Hourly Rate Overtime Double-time YEAR ONE: Telecom Technician II tiny_mce_marker________ tiny_mce_marker_______ tiny_mce_marker________ YEAR TWO: Telecom Technician II tiny_mce_marker________ tiny_mce_marker_______ tiny_mce_marker________ YEAR THREE: Telecom Technician II tiny_mce_marker________ tiny_mce_marker_______ tiny_mce_marker________ YEAR FOUR: Telecom Technician II tiny_mce_marker________ tiny_mce_marker_______ tiny_mce_marker________ YEAR FIVE: Telecom Technician II tiny_mce_marker________ tiny_mce_marker_______ tiny_mce_marker________ Materials - $10,000.00 per year, subject to Government approval. Straight Time - rates will apply to normal time worked or traveled during the normal eight-hour workday on Monday through Friday except for observed holidays. Unless specified, this will be 11:00PM-7:00AM with 30 minutes for lunchtime. Overtime - rates will apply to the first four hours worked or traveled in excess of eight normal time hours on Monday through Friday except observed holidays, and for the first 12 hours on Saturday except observed holidays. Double Time - rates will apply for hours in excess of 12 hours on a normal work day or Saturday, and all hours worked or traveled on a Sunday or Holiday, and all emergency call outs during off hours. Standby Time - tiny_mce_marker________ per hour will be charged at applicable rate when service personnel report to the job site, but are unable to work due to circumstances beyond our control or at the customer's request. Minimum Billing for on-site work will be __________ for each worker including travel and work time regardless of actual time worked. *Rates provided shall be applied for the life of the contract. EVALUATION CRITERIA The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: 1. Vendor must be licensed and bonded in accordance with the requirements for the state of Iowa. 2. Past Performance - Track record of quality work in this field. Provide a list of previous clients and a list of (3) three references to include name and contact information. The Government reserves the right to call and verify the information provided. 3. Vendor must be capable of running wire, installing conduit/Panduit and jacks for voice and data, to include drilling, as it applies to the Statement of Work. 4. Vendor must be within a 60-mile radius of the North Central Region campus in Vinton, Iowa. Evaluation Process: All quotes will be evaluated on overall technical acceptability, considering the above factors. The award decision will be based on lowest priced technically acceptable quote. ELECTRONIC SUBMISSIONS OFFERS MUST BE SUBMITTED ELECTRONICALLY U.S. Postal Service, Over Night Carrier or Fax submissions shall not be an acceptable form of submittal. All sections shall be sent via one email. Place the Solicitation number within the subject line of your submittal. Electronically submitted quotations shall be sent to the following email addresses: kwright@cns.gov Khaleelah Wright, Contract Specialist and ljdawson@cns.gov Leroy Dawson, Contracting Officer **It is the contractor's/offeror's responsibility to ensure that electronically submitted proposals are received by the Government by the due date. The closing date and time of this solicitation is 8 June 2012 at 12:00 pm EDT. Submit quotations on company letterhead signed by an authorized company representative by the closing date and time. Quote may be submitted via email only. Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Quotes must be valid for thirty (30) days after due date. Any amendment(s) issued to this RFQ will be published on this website. Therefore, it is the offerors responsibility to visit this website frequently for updates on this procurement. Clarity and completeness of the offer are of the utmost importance. The offer must be written in a practical, clear and concise manner. It must use quantitative terms whenever possible and must avoid qualitative adjectives to the maximum extent possible. SERVICE OF PROTEST (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Leroy Dawson Corporation for National & Community Service 1201 New York Ave NW (8th Floor) Washington, DC 20525 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. QUESTIONS PERTAINING TO SOLICITATION All questions shall be addressed to the following email addresses: Khaleelah Wright, Contract Specialist at kwright@cns.gov and Leroy Dawson, Contracting Officer at ljdawson@cns.gov Please send all questions via email by Wednesday, May 30, 2012 at 10:00AM EDT. Questions will not be taken or answered over the phone or by fax. Please include the Solicitation Number in the subject line. Once questions are compiled, they will be answered by an issued amendment to the solicitation. OTHER SUBMITTAL ITEMS THAT MUST ACCOMPANY PROPOSAL Offeror shall complete the attached Quotation Cover page in its entirety, submit Current ORCA Record or FAR 52.212-3 (Offeror Representations and Certifications -Commercial Items) in its entirety, and submit with offer. **Offerors that submit quotation without the quotation cover page, ORCA/FAR 52.212-3, ACH Form will be deemed non-responsive and will not receive consideration for award. All vendors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov. Confirmation of CCR registration will be validated prior to issuance of an order. The following FAR provisions and clauses apply to this solicitation: FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.216-31, Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition; FAR 52.222-3 Convict Labor; FAR 52.222-41, Service Contract Act of 1965; FAR 52.232-17 Interest; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6; and Authorized Deviations in Clauses. Full text of these provisions and clauses, may be obtained from the following internet websites: http://farsite.hill.af.mil/, and http://www.acquisition.gov/far/. Offerors may indicate that their response to FAR 52.212-3 Offeror Representations and Certifications-Commercial Items has been loaded on http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ12T0026/listing.html)
 
Place of Performance
Address: 1004 G Avenue, Vinton, Iowa, 52349, United States
Zip Code: 52349
 
Record
SN02759095-W 20120527/120525235121-c68bea7baab5f5e4127e681e5340d4ad (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.