SOLICITATION NOTICE
D -- Wireless Internet Upgrade/Installation - SOW
- Notice Date
- 8/31/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- United States Marshals Service, CG3, OST, 8th Floor, Washington, District of Columbia, 20530-1000, United States
- ZIP Code
- 20530-1000
- Solicitation Number
- M-17-A31-R-000309
- Archive Date
- 9/22/2017
- Point of Contact
- Amy Vance, Phone: 3186404560
- E-Mail Address
-
amy.vance@usdoj.gov
(amy.vance@usdoj.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. The soliciation number is M-17-A31-R-000309 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 238210 with a small business size standard of 15 million dollars in annual receipts. This requirement is a Small Business set-aside and only qualified offerors may submit bids. USMS will award a firm fixed price type contract. The USMS / Special Operations Group has a requirement for a wireless internet communication system be established in a newly constructed trainining warehouse in addition to an upgrade to the existing wireless internet system in the main office building per the attached: Requirement Below are the tasks to be performed and materials required. •A. Supply necessary materials and labor as to provide thirty four connection points for the wireless radios. All points will be run from the communications closet on the first floor to the termination points required of the proposed installation (to be determined by approved equipment specifications). The drops are to be CAT6 (non plenum) Solid Copper UL Rated ANSI / TIA 568-C.2 *No CCA wire (copper cladded aluminum ). The color is to be green as to differentiate this network's cables from other network cables. Three foot CAT6 patch cables will be provided for each AP location. Bidder shall determine total length to work best with their approved equipment and design. Keystones, face plates and nomenclature are to be provided. Test and tone documentation for each drop will also be required/provided as proof of viable installation. Original condition of the spaces affected will be restored in the same day work is performed in that space. •B. Supply and install three Unbiquiti UniFi 16 Port POE Switch 300wt, 10/100/1000 Gigabit LAN with 2 SFP Fiber Ports or equivalent. •C. Provide and install thirty three Unbiquiti UniFi AC PRO LR Enterprise Wifi Radios ~ 2.4 GHz @ 450 Mbps and 5 GHz @ 1300 Mbps or equivalent. •D. Supply two Ubiquity Cloud Keys for UniFi Controller Access 10/100/1000 or equivalent for other approved equipment. •E. Supply and install one Ubiquiti UniFi Outdoor 2.4GHz AP with 13dBi Omni Antenna or equivalent. •F. Supply and install two 24 Port Keystone/Mini-Com Patch Panel or equivalent. •G. Supply and install one 6U Wall Mount Networking Enclosure 450mm Depth with Shelf and Fans •H. Supply and install three APC UPS Pro 9100 Battery Backup or equivalent. •I. Supply and perform installation and configuration of all hardware and software listed above as to leave the customer with a completely and properly working wireless system. •J. Contractor will clean areas of work as work is in progress and after work is complete. All debris should be contained in proper waste disposal depositories. If debris is dropped, it will be picked up immediately. •K. All wire running through open rafters shall be secured in a manner as to not dislodge or fall loose after any period of time. Quotes submitted must be valide for 30 calendar days after close of this solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. ALL REGISTRATION MUST BE "ACTIVE" AT TIME OF AWARD, NO EXCEPTIONS WILL BE MADE. The contract will be awarded to the offeror who is deemed responsible in accordance with the Federal Acquisition Regulation, who conforms to the solicitation requirements; and whose proposal, provides the lowest evaluated price. The provisions and clauses incorporated into this solicitation document can be seen below: 1. 52.212-1, Instructions to Offerors - Commercial 2. 52.212-2, Evaluation - Commercial Items. The following text is added to Paragraph (a) of FAR 52.212-2: (Low Price Technically Acceptable). A competitive award will be made to the responsible firm with lowest priced technically acceptable quote. 3. 52.212-3, Offeror Representations and Certifications - Commercial Items 4. 52.212-4, Contraqct Terms and Conditions - Commercial Items 5. 52.212-5, Contract Terms and Conditions Requried to Implement Statutes or Executive Orders - Commercial Items. The Following FAR clauses identified at paragraph (b) of FAR 52.212-5 are considered checked and is applicable to this acquisition; 52.203-13, Contractor Code of Business Ethics and Conduct 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-6, Notice of Total Small Business Set-Aside 52.222-19, Child Labor -- Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer -- System for Award Management 6. USMS-0001, Release of Residual Funds 7. USMS-0003, Acceleration of Payments to Small Business 8. USMS-0006, Federal Workplace Responses to Domestic Violence, Sexual Assault, and Stalking - Provision (2014) 9. DJAR-PGD-08-04, Security of Systems and Data, Including Personally Identifiable Information To be eligible for award, offerors quotes must include: Company Letterhead, firms proposed pricing, CAGE Code, Tax ID Number, and DUNS Nunmber. All quotes are due on September 7, 2017 at 4:00 PM (CST) and must be submitted electronically to Amy Vance at amy.vance@usdoj.gov. No information or questions requesting clarification will be provided over the telephone from prospective offerors. Late quotations will not be considered for award. Interested offerors must submit in writing any questions concerning this solicitation no later than 4:00 PM (CST) on 09/05/17. Site visits are encouraged and can be scheduled by sending a request to amy.vance@usdoj.gov. Costs of quote preparation. This RFQ is not an order. This RFQ does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to the contract for supplies or services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/666d858b2def39d999ad236a8793e885)
- Place of Performance
- Address: USMS / SOG, Camp Beauregard, 1401 F Street, Pineville, Louisiana, 71360, United States
- Zip Code: 71360
- Record
- SN04656847-W 20170902/170831233423-666d858b2def39d999ad236a8793e885 (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 |