Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 15, 2001 PSA #2808
SOLICITATIONS

N -- INSTALLATION OF FIBER OPTICS

Notice Date
March 13, 2001
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
ZIP Code
89191-7063
Solicitation Number
F26600-01-Q-B027
Response Due
March 28, 2001
Point of Contact
Jeff Bishop, Contract Specialist, Phone 702-652-9573, Fax 702-652-5405, Email jeffrey.bishop@nellis.af.mil -- Jacquelyn Buky, Chief, Base Operations Support Flight, Phone 702-652-5488, Fax 702-652-5405, Email
E-Mail Address
Jeff Bishop (jeffrey.bishop@nellis.af.mil)
Description
1. P!! 2. 0228!! 3. 01!! 4. N/A!! 5. 89191-7063!! 6. N!! 7. 99th Contracting Squadron, 5865 Swaab Blvd. Nellis AFB, NV 81919-7063!! 8. N _ Fiber Optics installation!! 9. F26600-01-Q-B027!! 10. 031401!! 11. Contact Jeff Bishop 702/652-9573, Contracting Officer SMSgt Kevin Slone, 702/652-4003!! 12. N/A!! 13. N/A!! 14. N/A!! 15. N/A!! 16. N/A!! 17. This modification changes the response close time from 14 March 2001 at 4:30 PM (PT) to 28 March 2001 at 4:30 PM (PT). Description: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR part 13, 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 (F26600-01-Q-B027) is issued as a Request for Quotation (RFQ). It replaces a previous notice of sole source negotiation synopsis (F26600-01-R-B002). The NAICS code for this acquisition is 23492. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. There is one (1) CLIN included in this solicitation. CLIN 0001 is for the installation of fiber optics cable as described in the Statement of Work (SOW) available on http://www.eps.gov, also included below . Nellis AFB NV is considering award of this service contract on a sole source procurement to Nevada Power Company due to their ownership of the utility poles on which the fiber optic cable will be placed. There is a reasonable basis to conclude that substantial duplication of cost to the Government would incur that would not be recovered should this work be competed. To use any source other than NPC would involve the significant, additional cost and time required to obtain easement rights and purchase and erect poles to carry the cable. Sole-Source negotiation to NPC is in the best interest of the government. A determination not to compete this proposed procurement based on response to this notice is solely within the discretion of the Government. Delivery is FOB DESTINATION to Nellis AFB NV 89191. STATEMENT OF WORK INDIAN SPRINGS COMMUNICATIONS LINK The Range Management Office at Nellis Air Force Base Nevada, requires upgrade work to be performed on the Indian Springs Communications Link installed on Nevada Power Company power poles. The contractor shall provide all labor, equipment and ancillary material necessary to install and test the upgrade modifications to fiber optic cable used for the Indian Springs Communications Link and insure a usable communications link.,; The work includes but is not limited to: -installing and splicing government furnished optical Ground Wire (OPGW) cable on upper level of power poles above hi-voltage power lines from Pecos Sub-Station to Indian Springs Air Force Air Field, Nevada, Building 64; furnishing and installing galvanized bolted steel structures for supporting OPGW as required; -acquiring and installing upgraded single mode fiber optic cable to match fiber in OPGW replacing buried fiber optic cable from Pecos Sub-station to Nellis Air Force Base, Nevada, Building 200 using existing buried cable routes where possible via cable plowing or other suitable method and insuring route is clearly marked with standard buried marker ribbon and above ground markers, furnish, install, and splice fiber-optic cable, cable vaults, splice boxes, conduit, insulated conductor and cable, terminal boxes, power receptacles, distribution boards, bus systems, signs, control cable and other items as necessary to provide an operational communications link; -removal and disposal of existing on power pole fiber-optic cable and ancillary equipment after OPGW and upgraded buried fiber-optic cable installation is complete, tested and operational. Existing buried fiber-optic cable will be left in place. The provision at FAR 52.212-1, Instruction to Offerors -- Commercial, and the clause at FAR 52.212-2, Evaluation -- Commercial Items, applies to this solicitation. Award will be made to the responsible, responsive offeror whose offer will result in the best value to the government, price, delivery date, and past performance considered. The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation. Contractors must provide a listing of previous, similar work accomplished within the past year. The listing shall identify the purchase order/order number, cost, point of contact with telephone number, date completed, and whether the product was provided on time. Offerors who fail to complete and submit Representations and Certifications and a past performance reference list may be considered non-responsive. The following clauses and/or provisions apply to this solicitation: FAR 52.202-1 Definitions; FAR 52.203-11 Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions; FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; FAR 52.204-6 Data Universal Numbering System (DUNS) Number; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Deviation); FAR 52.222-4 Contract Work Hours and Safety Standards Act -- Overtime Compensation; FAR 52.223-14 Toxic Chemical Release Reporting; FAR 52.228-5 Insurance -- Work on a Government Installation; FAR 52.229-3 Federal, State, and Local Taxes; FAR 52.229-5 Taxes -- Contracts Performed in U.S. -- Possessions or Puerto Rico; FAR 52.232-23 -- Assignment of Claims; FAR 52.232-28 -- Invitation to Propose Performance Based Payments; FAR 52.237-1 Site Visit; FAR 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation; FAR 52.242-15 -- Stop-Work Order; FAR 52.246-25 -- Limitation of Liability -- Services; FAR 52.252-5 -- Authorized Deviations in Provisions; FAR 52.252-6 -- Authorized Deviations in Clauses; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Required Central Contract Registration; DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders; DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.225-7031 Secondary Arab Boycott of Israel; DFARS 252.243-7001 Pricing of Contract Modifications; AFFARS 5352.242-9000 Contractor Access to Air Force Installations. Clauses and Provisions incorporated by reference have the same force and effect as if they were given in full text. The full text of a clause or provision may be accessed electronically at http://www.farsite.af.mil. Contractors are required to have a Dun & Bradstreet number (DUNS) and be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun and Bradstreet at (800) 333-0505 and may register in the CCR over the internet at www.ccr2000.com. Internet registration takes approximately 72 hours; mail-in registration takes approximately 30 days. The Bid Schedule and Representations and Certifications of Offerors are posted at the Federal Government Electronic Posting System (EPS) site, http://www.eps.gov . Contact Contracting Specialist Jeff Bishop at (702) 652-9573 if you have any questions. Amendments will be posted on the affected solicitation page EPS site. In addition it is the contractor_s responsibility to register on that site to be notified of any changes made to the solicitation. Quotes must be signed, dated, and submitted in writing by close of business [4:30 PM (PT)] on 28 Mar 2001, to the 99th Contracting Squadron/LGCB, Attn: Jeff Bishop, 5865 Swaab Blvd, Nellis AFB NV 89191-7063 or by FAX (702) 652-5405. Offerors are reminded to include their DUNS #, Federal Tax ID #, as well as completed Representations and Certifications.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=M&P=F26600-01-Q-B027&L=885)
Record
Loren Data Corp. 20010315/NSOL001.HTM (D-072 SN50G177)

N - Installation of Equipment Index  |  Issue Index |
Created on March 13, 2001 by Loren Data Corp. -- info@ld.com