MODIFICATION
J -- J- TELECOMMUNICATION INSTALLATION FOR NORTHERN PUELBO AGENCY
- Notice Date
- 7/12/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
- ZIP Code
- 87305
- Solicitation Number
- A12PS01458
- Response Due
- 7/9/2012
- Archive Date
- 7/12/2013
- Point of Contact
- Mary Jim Contract Specialist 5058638257 ;
- 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
- Amendment No.: 0004 is for Solicitation No.: A12PS01458 is as follows: 1. To REVISE item no. 6. Contractor Qualifications from the, "Cisco VOIP PBX and Cat6 Cable Plant Installation Statement of Work and Request for Quotation", on page 9. 2. To REVISE to Section M, Evaluation Criteria, Factor V, Past Performance of the RFQ. 3. ALL OTHER TERMS AND CONDITIONS TO REMAIN THE SAME AND IN FULL FORCE EFFECT. SECTION C -- DESCRIPTIONS AND SPECIFICATIONS C.1REVISE PG 9, "CISCO VOIP PBX AND CAT6 CABLE PLANT INSTALLATION SOW. accommodate the maximum number of patch cables for the patch panels. Labels and Identification All cables, patch panels and wall plates will be mechanically labeled in accordance with ANSI/TIA-606-A standards. The label shall be black letters on a white background. The labels shall be sized for each application and provide a legible and unobstructed means of identification. All cables will be labeled at each end with the cable identification number. Wall plate will have the patch panel number and room number across the top. The jack will have the cable ID #. The patch panel will have the Floor, Room # and Jack # and drop designation to define each jack. All labels shall be installed per the manufacturer's instruction. The products used must include a clear plastic cover to insert over the labels at the patch panels. BIA shall approve the labeling method and font size to be used before installation. The nomenclature for the labeling will be determined before the start of the project by BIA representative. It should be clearly understood that each wall plate would have a minimum of the patch panel number and outlet number on each label. Patch Cables CONTRACTOR provided Category 6 copper patch cables must be factory manufactured and tested. 6. CONTRACTOR QUALIFICATIONS In order to qualify for installation of this project, the CONTRACTOR must possess and provide documentation of the following: The CONTRACTOR must have been in business and in the business of installing telecommunications and networking computer systems, continuously, under the same company name for a period of at least three (3) years, prior to the date of this proposal. The CONTRACTOR must have successfully performed at least five (5) projects of similar scope that have been functional for at least one (1) year prior to the proposal opening date.. Proof of performance shall be in the form of reference sheets which shall include a brief description of the project, starting and ending dates, the beginning and ending contract price, the project foreman or superintendent's name, and the name, address and telephone number of a customer project contact. The CONTRACTOR must have well documented in-house quality, safety and training programs. Installation Schedule - Cabling shall begin within seven (7) working days after performance and payment bonds have been accepted by the BIA and a Notice to Proceed has been issued. Prospective CONTRACTORS, who are able to begin work in a shorter period of time, should so indicate accordingly. The CONTRACTOR will have twenty five (25) working days prior to the time cabling is required to begin to complete all ready work required for communications support services. Prospective CONTRACTORS able to complete this project in a shorter period of time should so indicate and provide projected completion date. Timeline Restrictions - The CONTRACTOR must provide a time line with his/her proposal. The contract award may be based in part upon the successful cable CONTRACTORS ability to deliver the cabling system in a timely manner, twenty five (25) working days from when the order is placed. Safety and Protection Of Property - The CONTRACTOR shall observe OSHA safety regulations at all times during the performance of the project work. The CONTRACTOR shall report to the government agent the existence of any unsafe conditions that may prevent safe performance of work. SECTION M -- EVALUATION FACTORS FOR AWARD M.1REVISION OF EVLAUTION CRITERIA FAR 52.212-02: Evaluation -Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: In the order of importance are the listed evaluation factors: Factor I - Technical Capability Factor II - Management Capability Factor III - Past Experience Factor IV - Familiarity of the school or location Factor V - Past Performance In accordance with FAR 15.101-1, Best Value, Tradeoff Process. All non-price factors weight more than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. M.1 52.217-05, Evaluation of Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. M.2 Evaluation Factors for Award: Award will be made on the basis of the best value trade off evaluation meeting the technically acceptable standards of all the non-price factors. The evaluation factors other than cost or price when combined, are significantly more important than cost or price. The Government intends to select the Best Value offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.3.Evaluation The Government will be utilizing a best value trade off procedures as required under FAR 15.101-1. The Government will evaluate all offers to determine technical acceptability quote with the evaluated price. Each Non-Price Factor will be rated with adjectives (see M.5 for rating scale). M.4.Evaluation Factors Factor I - Technical Capability Factor II - Management Capability Factor III - Past Experience Factor IV - Past Performance FACTOR I -Technical Capability Proposal: The Technical Capability should have as much details as the offeror considers necessary to fully explain the proposed technical approach. The technical proposal should reflect a clear understanding of the nature of the work to be performed. The proposal shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Work (SOW). The proposal should include, but not limited to the following: a.Knowledge and understanding of the requirements outlined in the SOW. b.Understanding of general and local conditions which can affect the SOW. c.Logical sequence of steps and/or specific techniques to accomplish all required tasks specified in the SOW. d.Capability to produce deliverables in response to the SOW. e.Schedule of project task(s) that accommodates regular site activities, i.e., maintenance, etc. FACTOR II - Management Capabilities/Key Personnel Qualifications Each offeror shall submit a plan consisting of a narrative explanation of their proposed on-site approach to project management and coordination; and cost control measures on change orders and how they are proposed and tracked. Each offeror will be required to provide the relevant experience and knowledge of key individual(s) of the project team who will be assigned directly to the project. This factor will assess the proposed key personnel qualifications and submit a resume for all key personnel. The assessment will consider whether the proposal provides an adequate number of appropriately qualified personnel to meet the technical, management and support requirements of the SOW. The Offer should include, but not be limited to the following description: a.Describe the method and criteria you plan to use to select qualified subcontractors to ensure an appropriate level of experience and expertise for the project. b.Describe your project schedule and plan indicating where you will start the project and how you plan to proceed to the next project location for each of the project sites identified in the SOW. c.Offeror's projected schedule of the project, including steps within each phase and their estimated duration time. Project Schedule note critical path. FACTOR III - Past Experience: Demonstrated Project Experience in accordance with the SOW. Listing at least last three projects of a similar nature with contact telephone information. Information shall consist of performance in the form of reference sheets which shall include a brief description of the project, starting and ending dates, the beginning and ending contract price, the project foreman or superintendent's name, and the name, address and telephone number of the customer project contract. The Contractor must have well documented in-house quality, safety and training programs. Specialized experience with rural communities and alternative onsite systems should be highlighted. The examples should describe the difficulty of the project. FACTOR IV -Past Performance: Offeror shall provide at least 3 to 5 reference and/or copies of Performance Evaluation (SF-1420) for similar size, scope, and complexity of work completed within the last three (3) years. Preferably work should be with Federal Agencies. List the contract numbers; contract amount; brief description of work; name of Government (Federal) Agency; point of contacts; addresses; and current telephone and fax numbers. This factor is the quality of work and depth of relevant experience of the offeror previously completed projects on project management, coordination, compliance, timeliness, dollar value, and related contracts requirements. References will be contacted and must be capable of providing first hand information to substantiate the satisfactory completion of the offeror's past performance. Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS01458/listing.html)
- Place of Performance
- Address: ESPANOLA, NM
- Zip Code: 875334269
- Zip Code: 875334269
- Record
- SN02800919-W 20120714/120712235242-4a8faeee2d0383c522bb57f5c39ae4cd (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 |