COMMERCE BUSINESS DAILY ISSUE OF JULY 2, 2001 PSA #2884
SOLICITATIONS
Y -- CONSTRUCTION OF STRUCTURES AND FACILITIES
- Notice Date
- June 28, 2001
- Contracting Office
- U.S. Department of Justice, Federal Bureau of Investigation, J. Edgar Hoover Building, Rm 6875, 935 Pennsylvania Ave., N.W., Washington, DC 20535-0001
- ZIP Code
- 20535-0001
- Solicitation Number
- RFQ829328
- Response Due
- August 5, 2001
- Point of Contact
- Garland L. Crosby Jr., Contract Specialist, (202) 324-9013
- Description
-  This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as Request for Quotation number 829328, the provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 97-25. This solicitation is under the Simplified Acquisition Procedures (SAP). The North American Industry Classification System (NAICS) Code for this requirement is 541330 with a business size standard of 4.0 million dollars. This will be a Firm-Fixed price contract for the renovation and upgrading of in-ground telephone poles and technical outside plant (OP) equipment. The scope of the requirement is as follows: (A.) The project will replace an existing four pole line with a seven pole line in an "L" configuration, total end to end distance is approximately 155 feet. An existing 12 pole (unstepped) grid will be replaced with a nine pole grid. The poles in the seven pole line will be referenced in a numerical order from one to seven. (B.) All retired facilities, except four of the removed unstepped poles determined to be structurally in better shape, will be removed from the premises by the contractor. The selected poles will be placed around the nine pole grid and this area is to be filled with six inches of coarse shredded pine mulch. (C.) All replacement poles in the seven pole line will be 4-35 (Class 4 -- 35 feet) SPP (Southern Pine -- Pentachlorophenol in Petroleum) or equivalent treatment type best suited for this geographic region. All poles will be stepped and guyed according to the applicable Bell Standard Practices (BSPs). (D.) The facilities installed on the seven pole line will consist of the following:(D-1) An aerial cross-connect box mounted on Pole 1. The enclosure and wiring terminals will accommodate 100 pair Feeder and 200 pair Distribution. The 100 feeder pairs will be spliced into an existing 100 pair riser cable at Pole 1. The 200 pair distribution will be spliced to a 200 pair 24 AWG water tight cable running to Pole 4 at which point it will be spliced to a 100 pair 24 AWG water tight cable continuing to Pole 7, down the pole and brought into a 25 pair pedestal through direct buried cable.(D-2) Poles 2 through 7 will each have 25 pairs of the distribution cable appearing in either a pole mount or strand mount terminal. Each of the 25 pair binder groups for poles 2-4 will be cut dead. The binder groups for poles 5-7 will be cut through to the pedestal at the base of pole seven, with the pair count at pole 5 repeated on the terminal at pole seven.(D-3) Poles 1 through 4 will have cross arms, insulators and cable installed at the top to simulate three phase power lines. A rigid coaxial cable strand simulating cable television (CATV) will also be run from pole 1 to 4. The simulated power and CATV facilities are to be dead ended at poles one and four. Spacing allocations for joint use utility poles can be provided by the TPU staff. (E.) Replacement poles in the nine pole grid will be type 4-30 SPP. Installation will require removal and reinstallation of the Lifehook fall arrest equipment mounted on the top of these unstepped poles. The Lifehook systems must be plumb to ensure 360 degree rotation without favoring one side of the pole. (F.) All equipment, cable and hardware with the exception of the Lifehook fall arrest systems will be supplied by the contractor. (G.) Upon completion of the project, the contractor will provide a documentation manual including all engineering drawings and wiring diagrams. The present training site is located on the FBI Academy campus on the Quantico Marine Corps Base, Virginia. This telecommunications training facility is situated within a clearing in the woods and covers a relatively flat area of approximately 9800 square feet. It is anticipated that the upgraded facility will be confined to this existing space. A site visit to better assess FBI requirements will take place on July 16th 2001 at 11:00 AM EST. Contact Garland Crosby with a written notification of your intent to attend the site visit, at facsimile number (202) 324-0570 by 12:00 PM EST July 12th 2001, without prior written notification you will not be allowed on site. A site visit is not required to submit a quote on this requirement. The Contractor must provide a detailed qualifications statement along with contact information for a least two (2) prior customers that can confirm capabilities in addition to an overall price quote. The following FAR clauses and provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2000), FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items (May 2001). FAR clause 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2001) . Each offeror shall include a completed copy of the FAR provisions at 52-212-3, Offeror Representation and Certifications (May 2001) with its offer. All responsible sources may submit a quotation which, if timely received shall be considered by the agency. The Government will award to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. Offerors will be evaluated in accordance with FAR provision 52.212-2 Evaluation-Commercial Items (Jan 1999). The following factors, in descending order of importance shall be used to evaluate offers: quality of service offered, past performance and price quoted. All quotes shall be submitted to the address listed on line number seven no later than 4:00 p.m. EST. Thursday, July 26, 2001. The point of contact for all information is Garland L. Crosby Jr., (202) 324-9013. Quotes can also be faxed to (202) 324-0570.
- Record
- Loren Data Corp. 20010702/YSOL002.HTM (W-179 SN50Q3H0)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on June 28, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|