SOLICITATION NOTICE
D -- Frameroom update, see Statement of Work
- Notice Date
- 8/27/2013
- Notice Type
- Presolicitation
- NAICS
- 425110
— Business to Business Electronic Markets
- Contracting Office
- 142 FW/MSC, 6801 NE Cornfoot Road, Portland IAP, OR 97218-2797
- ZIP Code
- 97218-2797
- Solicitation Number
- W912JV-13-T-4016
- Response Due
- 9/26/2013
- Archive Date
- 10/26/2013
- Point of Contact
- Steven Brunmeier, 503-335-4486
- E-Mail Address
-
142 FW/MSC
(steven.brunmeier@ang.af.mil)
- Small Business Set-Aside
- N/A
- 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 and a written solicitation will not be issued. This solicitation F8T3CF3176AC04 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 425110 and the small business size standard is 100 people. The following commercial items are requested in this solicitation; See attached statement of work down below. The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal, FAR 52.212-1, Instructions to Offerors--Commercial Items, FAR 52.212-2 Evaluation -- Commercial Items and award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria outlined in CLIN 0001, 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. DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items DFARS 252-212-7001 Contract Terms and Conditions Required to implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov and shall be considered for award. All quotes must be sent to (Mr. Steven Brunmeier, GS-11) at: Fax 503-335-4487; e-mail steven.brunmeier@ang.af.mil; Quotes are required to be received not later than (September 26,at midnight.). **** Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. **** OREGON AIR NATIONAL GUARD STATEMENT OF WORK FOR DS0 BASE 100 PAIR CABLE TERMINAL BLOCK REPLACEMENT PROJECT AT PORTLAND AIR NATIONAL GUARD BASE LOCATION OF WORK 6801 NE Cornfoot Road Portland, OR 97218 Terminal Block Replacement Building 155 Base Communication Facility Contracting Representative MSgt Doug Klein Phone: (503) 703-1622 Fax: (503) 335-4472 DATE 26 Aug 2013 Rev 1.0 SW-1 PURPOSE: Install 41 (forty one) 100 pair base cable terminals blocks on MDF frame row 300. Relocate 12 quote mark x10' ladder rack and install 15 quote mark x10' ladder rack back of MDF row 300. Install ground drops to 13 relay rackets. SW-2 QUOTING: 1.Submit quotes to base contracting attention: Steven Brunmeier 142 FW Contract Specialist 2.Quotes shall include a start to finish project time estimate. Steven Brunmeier Building 170 Oregon Air National Guard 6801 NE Cornfoot rd Portland Oregon 97218 Phone: 503-335-4486 Email: steven.brunmeier@ang.af.mil SW-3 APPROVALS AND CHANGES: 1.Submit all proposed change order documents to MSgt Klein, Douglas for approval prior to procurement of materials. 2.Submit all hazardous materials to be used on-site 5 working days prior to bringing the materials on base. Also see SW-4 Section 2 and SW-20 Section 7. 3.No deviation from approved plans, specifications and general notes will be permitted without approval. Requests are to be submitted to MSgt Klein, Douglas. SW-4 SUBMITTALS (to be submitted after award): 1.SPECIFICATIONS a.All ground cables will be #6awg green cloth cables. THHN not allowed b.Installation of H-taps, insulated covers and 2-hole lugs will meet Bellcore standards 2.SUBMITTALS a.The Government shall have a minimum of 5 working days to review and approve or reject initial submittals. b.A project schedule must be submitted within 5 days of contract award. c.The following items shall be submitted a minimum of 5 working days prior to onsite work. i.Materials to be used 3.For Each Hazardous Material a.Manufacturer MSDS b.Number of components in material if it is a kit c.Container type d.Unit (oz, gal, lb, qt, ea, etc.) e.Package (can, drum, bottle, cylinder, etc.) f.Part Number of MSDS if multiple part numbers on MSDS. 4.Work shall not proceed until all material submittals are approved. SW-5 DRAWINGS AND ATTACHMENTS: See SW -19 SW-6. WORKMANSHIP: All work shall be accomplished in a professional manner by experienced tradespersons per specification and acceptable to MSgt Klein, Douglas and/or appointed representative. SW-7. APPOINTMENT TO VISIT JOB SITE: A job site walk through will be scheduled prior to quote due date. All quotes shall call and coordinate with Steven Brunmeier. Site visit will be on September 11 at 1 p.m. PST. SW-8. CODES AND REGULATIONS: All work shall be accomplished in accordance with FAR and State codes and/or regulations of the authorities having jurisdiction. SW-9. CLEAN-UP: 1.The contractor shall clean up and remove from the site all rubbish, which has resulted from any contract work acceptable to MSgt Klein, Douglas and/or appointed representative. 2.All scrap copper will be left at building 155 to be turned into 142 supply 3.See SW-20 for environmental and hazardous waste requirements. SW-10. COORDINATION: 1.The contractor shall coordinate all their work with MSgt Klein, Douglas or designated representative. 2.Contact MSgt Klein, Douglas or designated representative at least 3 working days in advance and provide proper documentation to allow for processing of base access paperwork. This includes deliveries of any kind. 3.Same day request for base access is not always possible. SW-11. PROPOSED WORK SCHEDULES: 1.The contractor shall start project work within a minimum of 10 calendar days after the issuance of the Notice to Proceed (NTP). SW-12. HOURS OF WORK: 1.Normal hours of operation for construction are 7:00am through 4:30pm Monday through Friday, excluding any federally recognized holidays. 2.Requests to work outside the normal work hours must be made to MSgt Klein, Douglas and/or appointed representative at least 3 working days in advance. The request may be denied at the convenience of the government. Failure to make requests at least 3 working days in advance may result in denial to access the base. SW-13. CONTRACTOR IDENTIFICATION BADGES: 1.Badges will be issued daily by the 142nd SFS, (Security Forces) to the contractor. The contractor shall be responsible for tracking and collecting badges in accordance with instructions from Security Forces. 2.Contractors and sub-contractors working on the installation for 30 calendar days or more may be issued regular contractor identification badges. 3.Contractors are not allowed north of the flight line fence. SW-14. WARRANTIES: All work completed under this contract shall be guaranteed by the contractor against failure of workmanship and/or materials for a period of Ten (5) years from date of final acceptance of the project. SW-15. DESCRIPTION OF WORK: Contractor shall provide all required tools, miscellaneous materials and labor to provide the services listed below and in accordance with applicable codes and regulations. 1.SCOPE OF WORK: Install 41 (forty one) 100 pair base cable terminals blocks on MDF frame row 300. Relocate 12 quote mark x10' ladder rack and install 15 quote mark x10' ladder rack back of MDF row 300. Install ground drops to 13 relay racket. a.All work shall be done per manufacturer's recommendations. b.All cable installed will need to be label to 142CF standards. 2.PROTECTOR BLOCK REPLACEMENT a.Replace existing protector blocks with new ones provide by 142CF. Route terminal block tails for each cable number 1~7 to the correct splice cans already installed on the back of the MDF. b.Re-splice 100 pair terminal block tails to (4) 900 pair cables, (1) 300 pair cable, and (1) 200 pair for a total of 4,100 pairs. c.Complete cut-over 25 pairs at a time, cross-connect phone lines as we go and confirm the phones are working. 3.LADDER RACK REPLACEMENT a.Replace existing 12 quote mark x10' ladder rack behind MDF in row 300 with 18 quote mark x10' ladder rack at the same current height. Then take the current 12 quote mark x10' ladder rack and installed it 2.5' above the 18 quote mark ladder rack that was just installed. b.Route all new and existing cabling onto new ladder rack 18 quote mark or 12 quote mark. c.All material to be provided by 142CF. 4.GROUNDING / BONDING a.Re-locate current ground bar from above row 500 to between row 200 and 300 on the west wall. Then re-route 6 existing ground cables to new ground bar location between row 200 & 300. b.Ground bar provide by 142CF c.Furnish and install #6awg ground cable to tap into overhead ground cable to ground (13) relay racks. d.Furnish and install all necessary H-taps, insulated covers, and 2-hole lugs to support the grounding of the 13 relay rackets. e.Label all cables to 142CF standard. SW-16. SCHEDULING: 1.The contractor shall minimize disruption to building occupants. 2.MSgt Klein, Douglas and/or appointed representative will coordinate contractor work schedules upon award. 3.A pre-job conference may be called, as warranted, by MSgt Klein, Douglas and/or appointed representative at a time prior to the commencement of work and shall be attended by the end user, and the contractor. The purpose of this conference is to completely review the job and the specifications to confirm mutual understanding of the job schedule, content and performance. SW-17. QUALITY CONTROL: The contractor is responsible for quality control. Inspections by MSgt Klein, Douglas and/or appointed representative do not alleviate the contractor from their responsibility. SW-18. EXCLUSION: a.Conduit / Electrical / Core. b.Any work other than described above. c.Patching and painting. d.Stopping of any part of the scope or schedule. e.Scheduling access into other tenant suites or spaces. f.Any additions to scope of work without a written request. g.Any ceiling work involving the removal / replacement of spline ceiling tiles. 1'x1' ceiling tiles. h.Any under floor cabling. SW-19. ATTACHMENTS: Frame room photos of MDF, ground bar and ladder rack locations. SW-20. GENERAL NOTES: 1.The contractor shall be responsible for any and all damage on base caused by either themselves or their employees. 2.If manufacturer's recommendations are in conflict with any requirements in this document the contract representative shall make the final determination. 3.Environmental Requirements a.Waste: all waste produced by the contractor will be disposed of properly Attachments: Frame room work scheme attached 38, 100 pair terminal blocks that needs to be replaced in row 300. 3, 100 pair terminal blocks that needs to be replaced in row 400 and moved to row 300. Ladder to be replaced with an 18 quote mark rack then 2.5' above install 12 quote mark rack Old ground bar above row 500 that needs to be moved to row 200/300. Also 6 of the ground cables will move with the bar. Example of a RR that has been ground. There are 13 more relay rackets that still need to be completed like this one. END
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35-2/W912JV-13-T-4016/listing.html)
- Place of Performance
- Address: 142 FW/MSC 6801 NE Cornfoot Road, Portland IAP OR
- Zip Code: 97218-2797
- Zip Code: 97218-2797
- Record
- SN03164689-W 20130829/130828000121-dcde27a2f2839f4b34bbd81bdeb09518 (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 |