SOURCES SOUGHT
J -- Fiber Optics Replacement
- Notice Date
- 12/21/2023 1:15:46 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26124R0013
- Response Due
- 11/8/2023 3:00:00 PM
- Archive Date
- 02/08/2024
- Point of Contact
- Alex Hernandez, Contract Specialist, Phone: 7022246945
- E-Mail Address
-
Alex.Hernandez@va.gov
(Alex.Hernandez@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Sources Sought Notice Sources Sought Notice Page 5 of 7 *= Required Field Sources Sought Notice Page 1 of 7 NCO 21 MACC GROUP 1 SOURCES SOUGHT VA Palo Alto Health Care System : Fiber Optic Replacement PLACE OF PERFORMANCE VA Palo Alto Health Care System 795 Willow Road Building Bldg. 331 and 334 Menlo Park, CA 94025 NOTICE TO VETERANS INTGRATED SERVICE NETWORK 21 (VISN 21) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) HOLDERS DESCRIPTION SOURCES SOUGHT NOTICE No Solicitation is currently available. This sources sought notice is for Market Research purposes only. All information contained herein is preliminary, and subject to changes and/or cancellation at the discretion of the Government. Interested vendors shall provide responses to this notice voluntarily, and at no cost to the Government. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. Based upon information received in response to this Sources Sought Notice, the Government shall make a determination on a procurement strategy, which shall include the type of small business set-aside, if appropriate. The eventual procurement strategy and set-aside, if appropriate, is solely within the discretion of the Government. The applicable North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $45.0M Project magnitude is anticipated less than $100,000. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See https://www.sam.gov/SAM/pages/public/index.jsf ). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses shall have their ownership and control verified by the Department of Veterans Affairs (VA) and be listed in the Vendor Information Pages (VIP) at https://vetbiz.va.gov/vip/. Description of Services is to install fiber optic utilities replacements located at Bldg. 331 and 334 for the Veterans Affairs Palo Alto Health Care System (VAPAHCS), 795 Willow Road; Menlo Park, CA 94025. The Government requests that interested parties review the Description of Services and provide the following capability information to the Contracting Specialist, Alex Hernandez at Alex.Hernandez@va.gov, by 3:00 PM PST on November 8, 2023. Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives. Anticipated Teaming Arrangements (if any). List of Projects (Government and Commercial) that are similar is scope and size. The Government requests that interested party submissions in response to this source sought notice be no more than 10 single-sided, type-written pages using Times New Roman 12-point font or larger. Published literature may be any number of pages. The Government will use this information when determining its business type decision. This Sources Sought Notice is not to be construed as a commitment by the Government. No contract will be awarded as a direct result of this announcement. Point of Contact: Alex Hernandez; Alex.Hernandez@va.gov Project Title: VA Palo Alto Health Care System- Fiber Optic Replacement Project specifications and all associated project documents shall be incorporated into the Task Order Offer Request which shall be posted electronically through https://sam.gov Magnitude of Construction: Between $25,000 and $100,000.00 Please respond if you re interested in this project no later than November 8, 2023 at 3:00 pm (PST) Questions regarding this notice shall be submitted via e-mail to: Alex.Hernandez@va.gov. The following firms are eligible for award of the resulting task order: MACC GROUP 1 Acierto, LLC Patriot Construction 2053 North 2000 West 4646 Qantas Lane Farr West, UT 84404 Stockton, CA 95206 Anchor 41 Construction Sentinel Builders, LLC 310 Murray Avenue 5945 Los Altos Parkway Visalia, CA 93291 Sparks, NV 89436 Ayko Group, LLC Sergent Mechanical 95-1238 Wikao 1617 Pacific Avenue Mililani, HI 96789 Oxnard, CA 93033 Bexar Advanced Solutions Group Strategic Industry 47 E. Crestwood Road 1440 Draper Street Kaysville, UT 84037 Kingsburg, CA 93631 Centerpoint Services, Inc. Talion Construction 351 Cypress Drive 819 Moowaa Street, Suite 209 Lake Havasu City, AZ 86406 Honolulu, HI 96817 Hawk Contracting Group LLC West Point Contractors, Inc. P.O. Box 490 2915 E. Weiding Road Montrose, CO 81402 Tucson, AZ 85706 **Any offers received from contractors not mentioned above will not be accepted. Page 1 of Page 7 of 7 Page 1 of Fiber Optics Replacement DESCRIPTION, SPECIFICATIONS AND WORK STATEMENT 640-24-1-5281-0003 1.0 General Intent 1.1 The contractor must provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to install fiber optic utilities replacements located at Bldg. 331 and 334 for the Veterans Affairs Palo Alto Health Care System (VAPAHCS), 795 Willow Road; Menlo Park, CA 94025. 1.2 The contractor must perform to the standards in this contract. This project shall take no longer than 30 calendar days from the notice to proceed to complete. 1.3 This project shall be coordinated with the appointed Contracting Officer Representative (COR) to insure minimal impact to resident s day to day activities and minimal noise. Scheduling of work shall be at the convenience of the VAPAHCS. 2.0 General Information and Requirements 2.1 The objective of this project is to remove the damaged fiber optic cables from Bldg 331 Rm A104A to Bldg 334 Rm 106 and the subsequent IDF closets in each of the following wings, B, C, and D. 2.2 The contractor shall provide all tools, equipment, and personal protective equipment necessary to complete this project as deemed by industry standards, this SOW, all related specifications, applicable code requirements, and site policy. 2.3 The contractor shall provide daily cleanup and securing of work site, including securing tools and equipment. Disposal of all waste and debris is at the contractor s own expense. 2.4 The contractor shall provide quality control of all work conducted and the individual appointed shall be competent and educated/experienced in the field of work this scope encompasses. 2.5 All work shall be coordinated with the COR assigned to this project and only commence once approved. 2.6 Badges: Contractor will obtain required ID badges for all employees used on project at start of each workday; Report the COR for escort to the station police service for sign in and badge issuance. 2.7 Security: The contractor and their personnel shall be subject to the same Federal laws, regulations, standards, and VA policies as VA personnel regarding information and information system security. 2.8 Schedule: Normal work hours will be 8:00am 4:30 pm Monday-Friday excluding Government holidays unless otherwise approved by the COR. It is the intent of the Palo Alto VA Medical Center that the work is to be completed within 30 calendar days from the issuance of the Notice to Proceed (NTP). Any request to utility shutdowns must be requested in writing at a minimum of 30 days prior to the requested day of shutdown. 2.9 Training: All employees of general contractor or subcontractors shall have the 10-hour or 30-hour OSHA Construction Safety course, confined space training, low voltage communication certification and other relevant competency training, as determined by RE/COR acting as the Construction Safety Officer with input from the facility Construction Safety Committee. 2.10 Codes and Standards: The Contractor shall follow all applicable codes and standards to this type of work including but not limited to Health Care System Memorandums (HCSM), OSHA Guidelines, Lock-out-Tag-out, Rules of Station, NFPA, and etcetera. In the event that any code/standard is found to be contradictory; the authority having jurisdiction (COR) shall make the final determination and work shall proceed at no additional cost to the Government. 3.0 Specific Tasks 3.1 The contractor shall provide all supervision, administrative and technical support, labor, subcontractors, tools, transportation, materials, supplies and equipment. The contractor shall plan, schedule, and ensure effective completion of the replacement of the fiber optic run for bldg.331 to bldg.334. 3.2 The contractor will coordinate work with onsite Engineering and OI&T personnel. 3.3 The contractor will construct a safety barrier around the demolition site 3.4 The contractor will Prep all areas for work including any protective equipment as necessary 3.5 The contractor will coordinate with the COR to obtain any required confined space permits for entry into any underground communication vaults. 3.6 The contractor will coordinate with the COR to schedule any road closures needed to access communication vaults. 3.7 The contractor will Source and supply Approximately 1500 of 24 strands of Single mode (SM) OS2 Outside Plant (OSP Backbone) fiber Optic cable for the main run from Bldg 334 Rm 106 To Bldg 331 Rm A104A. All fiber optic strands will be terminated with LC connectors in new rack mounted fiber trays provided by the contractor. 3.8 The contractor will source and supply Approximately 320 12 strands each SM OS1 Fiber for run from Bldg 331 Rm A104A to Bldg 331 Rm B161. All fiber optic strands will be terminated with LC connectors in new rack mounted fiber trays provided by the contractor. 3.9 The contractor will source and supply Approximately 384 12 strands each SM OS1 Fiber for run from Bldg 331 Rm A104A to Bldg 331 Rm C161. All fiber optic strands will be terminated with LC connectors in new rack mounted fiber trays provided by the contractor. 3.10 The contractor will source and supply Approximately 272 12 strands each SM OS1 Fiber for run from Bldg 331 Rm A104A to Bldg 331 Rm D161. All fiber optic strands will be terminated with LC connectors in new rack mounted fiber trays provided by the contractor. 3.11 The contractor will conduct tests on each of the newly installed fiber optic strands to meet Performance Specifications, Laser Optimized 9/125 µm with effective modal bandwidth of at least 850 MHz km at 1310 nm 3.12 The contractor will provide a 10-foot service loop of excess fiber optic cable at each termination point. 3.13 The contractor will provide a 20-foot service loop in each underground communication vault. 3.14 The contractor shall fire caulk any and all penetrations through fire walls and seal conduits with NFPA rated/approved pipe and penetration sealant. 3.15 The contractor will provide Test results in writing before the VA accepts and signs off on the job. 3.16 The contractor will remove all building material from site and discard in a safe manner at the contractor s expense. 3.17 The contractor will clean building site and remove all safety barriers at the end of this project. 3.18 The contractor will provide written reports on all work completed. 4.0 Technical Exhibits 4.3 Specifications (see attached, listed below) Section 01 00 00 GENERAL REQUIREMENTS. Section 01 35 26 SAFETY REQUIREMENTS. Section 27 10 00 CONTROL, COMMUNICATION AND SIGNAL WIRING Section 27 05 11 REQUIREMENTS FOR COMMUNICATIONS INSTALLATIONS Section 27 05 26 GROUNDING AND BONDING FOR COMMUNICATIONS SYSTEMS Section 27 05 33 RACEWAYS AND BOXES FOR COMMUICAITONS SYSTEMS Section 27 11 00 TELECOMMUNICATIONS ROOM FITTINGS
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a5dc615ae24045fc97d77698d497a0a8/view)
- Place of Performance
- Address: VA Palo Alto Health Care System 795 Willow Road, Bldg. 331 and 334, Menlo Park 94025, USA
- Zip Code: 94025
- Country: USA
- Zip Code: 94025
- Record
- SN06920331-F 20231223/231221230051 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |