Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2003 FBO #0451
SOURCES SOUGHT

70 -- LAN Structured Wiring Installation

Notice Date
2/24/2003
 
Notice Type
Sources Sought
 
Contracting Office
United States Postal Service, Supplies and Services Purchasing, Automation CMC, 8403 Lee Highway Dewey Bldg, Merrifield, VA, 22082-8150
 
ZIP Code
22082-8150
 
Solicitation Number
Reference-Number-031403
 
Archive Date
3/29/2003
 
Point of Contact
Fallon Tom, Purchasing Specialist, Phone (703) 280-7934, Fax (703) 280-8412,
 
E-Mail Address
tfallon@email.usps.gov
 
Description
USPS MPI LOCAL AREA NETWORK PLANT WIRING ANNOUNCEMENT OF SUPPLIER PREQUALIFICATION REQUEST AND REQUEST FOR PROPOSAL The United States Postal Service (USPS) is pre-qualifying sources for its RFP requirement for advanced Structured Plant Network Wiring initiative called Mail Processing Infrastructure (MPI). REQUIREMENT Currently, USPS has approximately 38,000 retail outlets providing customer services throughout the United States; delivers more than 650 million pieces of mail each day, 25.5 billion pounds each year, and supports one of the largest federal information systems (IS) in the world. The successful supplier(s) will review, design, test, install, test and deliver state-of-the-art structured plant wiring, to support existing programs and infrastructure initiatives for USPS. MPI is ultimately targeted for approximately 162 of the largest USPS facilities, which are located throughout the United States. Between fifty and sixty-five of the sites will be covered by this solicitation. Offerors pre-qualifying for the base amount will also pre-qualify for subsequent RFP?s for as many as 200 additional sites. These large facilities include mail Processing and Distribution Centers (P&DCs), Mail Processing Offices (MPOs), Air Mail Facilities (AMFs), Associated Offices (AOs) and Bulk Mail Centers (BMCs). The proposed initiative consists of a phased-in approach to replace base-band wiring with structured wiring consisting of unshielded, twisted-pair (UTP) copper and multimode fiber optic cable. Once cabling is complete, an upgraded LAN environment will be implemented to support local Mail Processing Equipment (MPE). Depending on the facility size, each facility operates between 15 to 180 automated MPE systems, which will be sustained by this advanced MPI initiative. It is imperative to USPS that the supplier(s) selected for award is well qualified and guarantees its work and the work of its subcontractors. All work must be completed by 5/15/04. Award is expected in the June 2003 timeframe. The Postal Service may award more than one contract as required to perform the work. The requirement will be a unit-priced Indefinite Delivery Indefinite Quantity (IDIQ) contract(s) requirement similar to the GSA Federal Supply Schedule format. After award the contractor will do site surveys, make measurements agreeable to both parties, and provide a fixed-priced proposal based on the measured units agreeable to the Contracting Officer?s Representative. Fixed prices shall not be based on any factors other than those in the IDIQ contract bidding schedule. SUPPLIER PRE-QUALIFICATION As a prerequisite to receiving an RFP, suppliers must submit a prequalification request. Prequalification requests will be accepted until COB of the seventh day preceding the date the RPF is issued. That RFP date is currently expected to be March 30, 2003. Prequalification requests received after the seventh day may be considered, but the Postal Service will not issue the RFP to that offeror until it has been pre-qualified, and those offerors may have fewer days to submit proposals as a result. Potential suppliers must demonstrate and describe in their proposal a proven ability to implement major structured wiring projects and LAN environments. Companies must have experience with national deployments similar to this one and have the ability to perform in the 50 states of the United States. Companies will only be considered if they have previous experience completing projects of this type and magnitude. Examples of and references from several successful projects, which include facility jobs in excess of $500,000, must be provided. Successful projects include projects that met target dates for completion, came in at or under budget, and exceeded the client's expectations. Fully trained and accredited staff. Wiring designers must have formal training and must be certified as having Building Industry Consulting Service International (BlCSl) designation of a Registered Communications Distribution Designer (RCDD). On staff, qualified designer consultation must be provided to review and approve all designs for each facility job. Wiring technicians and installers must be formally trained and certified by a nationally recognized organization. Demonstrated accountability for and coordination of all subcontractors. Any subcontractor must also meet the same high level training and certification standards required of the contractor and must exhibit equivalent large facility experience and manufacturer certifications. Sound finances. The contractor and any subcontractors must have sufficient financial capabilities to support project(s) of this scale. Financial statements may be required as appropriate. Demonstrated ability to form strategic alliances and partnerships. A requirement of this solicitation is a total system solution warranty for 15 years. The successful vendor(s) will have to form alliances with the product and multiple service suppliers as appropriate to back such a warranty. National Scope. The contracted vendor must be national in scope and have the demonstrated reach necessary to effectively manage a project of this magnitude. The contractor must show reputable ability to manage multiple projects in different geographic locations and a wide variety of challenging and varying facilities. Demonstrate a clear understanding of current industry implementation standards and codes. The supplier must show demonstrated ability to work in a highly industrialized and mechanized work environment and knowledge of all related industry implementation standards and codes, including applicable national, state, and Iocal construction codes. Experience with asbestos related and historical building issues is desired. Asbestos-related work will likely be encountered and must be dealt with by the supplier, but this work will be considered out of scope. Familiarity with the USPS contracting procedures. An understanding and knowledge of the USPS environment, including purchasing policies, is desired. PREQUALIFICATION SUBMISSION Interested suppliers should immediately submit a statement of qualifications detailing their capabilities in the areas above. The statement of qualifications should be no more than 30 pages, single sided, in not less than 10 point font (with one inch margins) inclusive of cover letters, sales literature, etc,, on 8 W' X 11" sheets plus no more than 10 additional charts, graphs or PowerPoint slides. Financial statements and annual reports will not be included in the page count. The supplier should also submit a list of current customers and customer contact information, which will be kept confidential. Reference customers should include business projects similar in size and scope to the proposed Structured Plant Wiring initiative for the USPS, During or after review of the information provided, USPS intends to issue a formal solicitation for proposal to only those suppliers found to be best qualified. One original and four (4) hard copies are required. Additionally, two (2) electronic copies will be submitted; in two formats, One electronic copy will be submitted as a single file in Adobe Acrobat format, and one electronic copy will be submitted as a single file in Microsoft Word. Written prequalification responses should be submitted to the USPS within 10 calendar days after this posting. Pre-qualification responses must be delivered to: United States Postal Service Automation CMC ATTN: Thomas Fallon 8403 Lee Hwy Merrifield VA 22082-8101
 
Place of Performance
Address: CONUS
 
Record
SN00264380-W 20030226/030224213700 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.