SOURCES SOUGHT
70 -- Installing Fiber Optic and Copper OSP cabling (TELECOMMUNICATION)
- Notice Date
- 7/21/2014
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- MICC - Fort Rucker, Directorate of Contracting, Novosel Street, Bldg 5700, Rm 380, Fort Rucker, AL 36362-5000
- ZIP Code
- 36362-5000
- Solicitation Number
- W9124G-14-TELE
- Response Due
- 7/30/2014
- Archive Date
- 9/19/2014
- Point of Contact
- JESUS A HINOSTROZA MORENO, 334-255-1588
- E-Mail Address
-
MICC - Fort Rucker
(jesus.a.hinostrozamoreno.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Source of Sought The Mission and Installation Contracting Command (MICC)-Fort Rucker, AL is seeking information ONLY on small businesses that are capable of installing Fiber Optic and Copper OSP cabling at Fort Rucker, AL. The government is interested in setting this requirement aside for a small socio-economic group within the small business community. Please identify all categories in which your company qualifies (i.e., HUBZone, WOSB, SDVOSB, SDB, etc)and/or GSA contract number if the service is under a federal schedule contract. A decision for set aside will be based on the number of responses by capable parties in a specific category. The contractor must engineer, furnish, connect, install, test, and make fully operational and inside and/or outside cable distribution system. All installation practices, techniques, materials, and workmanship must be in compliance with the accepted industry standards for such work. Contractor shall ensure that all Department of the Army, Installation Information Infrastructure Architecture (I3A) Criteria are met unless specifically stated otherwise in the SOW. Standards specifically of ANSI/NECA/BICSI 568, EIA/TIA-568A, EIA/TIA-569, EIA/TIA-606 and EIA/TIA-607 shall be met as a minimum unless more stringent requirements are called for per the requirement. The contractor shall ensure that personnel performing work in confined spaces are properly trained to ensure a safe work environment. Any personnel not trained or violates any safety regulations will cause a work stoppage at no-cost to the Government. We request a business case package in which a convincing argument is made as to your willingness to compete for the requirement, your capability to provide the services, and the feasibility to the U.S. Army as to any recommendations that you make to enhance the competitive nature of this action. The services to be performed shall include (1) Contractor is responsible to obtain the current Fort Rucker dig permit from the Directorate of Public Works Job order desk and have it completed and on-site prior to and during the entire digging process.; (2) Contractor shall GPS points for each newly installed conduit path, HH, and Building entrance. GPS shall be the same as underground or above cable markings. QUALIFICATIONS Contractor shall have a minimum of 3 years experience in the application, installation and testing of the specified systems and equipment. All supervisors and installers assigned to the installation of this system or any of its components shall have factory certification from each equipment manufacturer that they are quote mark qualified to install and test quote mark the provided products. All installers assigned to the installation of this system or any of its components shall have a minimum of 3 years experience in the installation of the specified copper, coax, and fiber optic cable and components. RESPONSES Responses are limited to twenty-five (25) pages. The designated NAICS Code is 541513, Base Facilities Operation Support Services, with a small business size standard of $27.5M. It is required that all contractors doing business with the Government are registered with the System for Award Management (SAM) at website: https://www.sam.gov. Your response shall include the following information: size of company (i.e., 8(a), HUBZONE, WOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.), revenue for last three years, number of employees, information on company's ability to sustain growth (including any lines of credit), relevant past performance on same/similar work for not more than three years and your company's capability and capacity to do this type of work. Documentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. It is imperative that business concerns responding to this source sought articulate their capabilities clearly and adequately. The information should be sent by email only to SSG Hinostroza, Jesus NO LATER THAN 30 JULY 2014. Any questions shall be directed to SSG Hinostroza by email: jesus.a.hinostrozamoreno.mil@mail.mil. No proposals are requested by this announcement; all responses shall be solely in the form of information and materials. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this RFI. Further, the Government is not seeking proposals and will not accept unsolicited proposals or any cost or pricing data. Contractors are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be the sole responsibility of the contractor. All submissions will be treated as business confidential materials, become Government property, and will not be returned. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FEDBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. A Request for Proposals (RFP) is tentatively scheduled to be issued in mid- September 2014. Contracting Office Address: MICC - Fort Rucker Directorate of Contracting Novosel Street Bldg 5700 Room 380 Fort Rucker, AL 36362-5000 Place of Performance: MICC - Fort Rucker Directorate of Contracting, Novosel Street, Bldg 5700, Room 380 Fort Rucker AL 36362-5000 Primary Point of Contact: SSG Hinostroza, Jesus jesus.a.hinostrozamoreno.mil@mail.mil. Additional Point of Contact(s): Shemeka Ricks - shemeka.s.ricks.civ@mail.mil Christopher Martin - christopher.w.martin24.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9f68fcdcc3a2063fb475b6e3ada1ae27)
- Place of Performance
- Address: MICC - Fort Rucker Directorate of Contracting, Novosel Street, Bldg 5700, Rm 380 Fort Rucker AL
- Zip Code: 36362-5000
- Zip Code: 36362-5000
- Record
- SN03432474-W 20140723/140721235419-9f68fcdcc3a2063fb475b6e3ada1ae27 (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 |