|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 26,1996 PSA#1749Federal Bureau of Prisons, 320 First Street, N.W., Suite 5005,
Washington, D.C. 20534 60 -- CABLING SOL ADP-97-002 DUE 010897 POC Phyllis Barnes-Pickett,
Contracting Officer (202) 616-6150. 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; proposals are being requested and a written
solicitation will not be issued. This solicitation is issued as a
Request for Quote (RFQ) reference no. ADP-97-002. The solicitation
document and incorporated clauses and provisions are those in effect
through the latest edition of the Federal Acquisition Regulation. The
contractor is responsible for all material and labor associated with
the installation of a fiber optic network link and subsequent service
for the Central Office of the Federal Bureau of Prisons (FBOP), at four
locations in Washington, D.C. as follows: HOLC Bldg., 320 First Street,
NW, WDC, National Association of Letter Carriers Building (NALC) 100
Indiana Ave., NW, WDC, 500 First Street NW, WDC, and the (Department of
Justice) Main Justice, 10th & Constitution Ave., NW, WDC. A breakdown
of pricing shall be given for installation of fiber optic cable at the
4 specified locations and for 9 months of subsequent service for fiber
network system, token ring environment at the same locations. The
contractor will provide the BOP access to the Fiber Distributed Data
Interface (FDDI) Network Services (FNS) network via an IEEE 802.5
interface. The FNS FDDI backbone is implented using ANSI X3T9 based
technology to the 4 previously identified locations. The FBOP is
responsible for the identification and provisioning for a clear intra
building path (as approved by the Contractor) for placement of the FNS
inner duct, fiber, and equipment. The contractor shall povide a
dedicated fiber connection to a token ring MAU and guarantee data
privacy by using specialized screening software. The contractor shall
provide to the FBOP access to the FNS system via contractor provided
dedicated lines with a minimum of 16 Mbps., Token Ring capacity
including any necessary contractor source routing equipment as
provisioned according to the FNS tariff, P.S.C.-D.C.-No. 203, Section
15A. A 24 hour, 7 day per week system of network management, including
fault monitoring and diagnostics, performance and network
configuration and manual monitoring when necessary. In the event that
the system malfunctions the contractor shall make every effort to
restore lost service within four hours. The contractor shall terminate
fiber optic network connection for the FBOP LAN interface at the
following locations: HOLC Building-370 computer room (NOTE: Contractor
shall allow approximately 200' for connection to owner equipment in
370 computer room). Exact length to be confirmed by contractor prior to
installation. NALC Building-Second Floor telco closet, 500 First
Street-Ninth floor telco closet, and MAIN Justice-Sixth Floor Command
Center. The contractor shall ensure that the FNS network backbone,
using FDDI technology, shall provide redundancy through counter
rotating fiber optic rings. (A) All work performedshall be in
accordance with all State, Local and Federal Building and safety
regulations. The BOP shall provide to the contractor copies of all
applicable governmental policies and regulations upon award. (B) During
the term of the contract, the contractor shall be responsible for the
retention of any and all specialists and the successful completion of
all work done by any of these indviduals and or firms. (C) One primary
contact person and his/her alternate shall be identified within 3
calendar days after notification of contract award. (D) The Contractor
shall be responsible for cleaning debris from work areas daily. (E)
The contractor and his employees shall perform in a professional manner
keeping noise and disturbances to a minimum, while at all FBOP sites.
(F) The contractor shall be responsible for assuring all persons
associated with the project comply with all BOP and governmental
policies and regulations while working on site. (G) The contractor and
all personnel directly or indirectly employed bythe contractor shall
submit to a Security Check in accordance with the BOP Program Statement
3000.2. (1) NCIC (National Crime Information Center Check), (2) DOJ-99
(Name Check), (3) FD-258 (Fingerprint Check), (4) OPM-328 (Authority
for Release of Information) and (5) Urinalysis. The contractor shall be
responsible for furnishing the FBOP with the name, date of birth, and
social security number of any employee or sub-contractor who will be
working on the project no less than two (2) working days prior to
coming on site for the purpose of the security check. The FBOP reserves
the right to deny building access to any and all individuals. (H) The
contractor shall be advised that the only elevator authorized to carry
supplies, materials, and or work carts shall be the cargo/freight
elevator. If this elevator is unavailable, Building Management will
designate another elevator which may be utilized. (I) The contractr
shall be advised that the HOLC Building has been found to contain
asbestos in certain areas. Surveys have been completed to help
establish the actual location and extent of contamination. The
contractor shall confirm areas of intended work with Management
Services prior to any installation. This task shall be performed to
ensure safety and proper procedures for working in these areas. J) The
Contracting Officer's Technical Representative (COTR) for this project
will be Mike Norman (202) 307-0858. All work to be completed in
accordance with FAR Clause 52.222-41 "Service Contract Act of 1965 as
amended (41 U.S.C. 351, et. seq) reference U.S. Department of Labor
Wage Determination # 95-0819 Revision # 1 dated 11/18/96 for the states
of MD, DC and VA. FAR clauses incorporated by reference are as follows:
52.246-20 -- Warranty of Services" (APR 1984) effective for a period of
not less than two years (from date of acdepted completion). 52.222-6 --
"Equal Opportunity (E.O. 11246)", 52.222-3 -- "Affirmative Action for
Special Disabled and Vietnam Era eterans (38 U.S.C. 4212)", 52.222-36
-- "Affirmative Action for Handicapped Workers (29 U.S.C. 793),
52.222-37 -- "Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era (38 U.S.C. 4212)", The provision at FAR
52.212-1 -- "Instruction to Offerors -- Commercial Items", applies to
this acquisition. Offers are advised that inclusion of a completed copy
of the provision at FAR 52.212-4, -- "Contract Terms and Conditions --
Commercial Items" applies to this acquisition. Provision at FAR
52.212-5 -- "Contract Terms and Conditions Required to Implement
Statutes or Executive Orders -- Commercial Items" applies to this
acquisition. Questions regarding this solicitation may be directed to
Phyllis Barnes-Pickett, Contracting Officer, at (202) 616-6150. Quotes
are due no later than 4:00 p.m. Eastern Standard Time, 01/08/97.
Quotes may be mailed to FBOP, 320 First St., NW, Suite 5005, Washington
D.C. 20534, Attn: Phyllis Barnes-Pickett, Contract Specialist, or faxed
to (202) 616-6007 (0358) Loren Data Corp. http://www.ld.com (SYN# 0317 19961226\60-0002.SOL)
60 - Fiber Optics Materials, Components, Assemblies and Accessories Index Page
|
|