Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2005 FBO #1132
SOLICITATION NOTICE

N -- Relocation of Fiber Optics Cable

Notice Date
12/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS, 90 G Street, Hickam AFB, HI, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-05-T-0003
 
Response Due
1/14/2005
 
Archive Date
1/29/2005
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart12.6, 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. (ii) This is a commercial solicitation using Simplified Acquisition Procedures found in FAR Part 13, solicitation number FA5215-05-T-0003. Written documentation will not be issued for this quote. (iii) This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular (FAC) 2001-26. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. (iv) This acquisition is unrestricted in regards to size standards. The applicable NAICS is 238210, and the small business size standard in $12.0M. (v) There is one (1) CLIN included in this solicitation. CLIN 0001, Quantity is 1 job, for the relocation of Verizon Hawaii Inc.?s fiber optics cable as described in the Statement of Work (SOW) included below. Delivery is FOB Destination to Hickam AFB HI 96854. (vi) STATEMENT OF WORK (SOW) to Relocate Verizon Hawaii Inc. Aerial (24) Strand Fiber Optics Cabling to Underground at Julian Ave, HICKAM AFB, HI: (1) Remove the existing Verizon Hawaii (24) strand fiber optics aerial cable from the utility poles along Aloha Aina Park from the center area of the park near Manhole MH 2224 west of Area C, and through Areas C, D, and E to the area outside of and east of Area E near MH 500. Remove the existing (24) strand fiber cabling from the underground infrastructure from Building 988 to Aloha Aina Park Manhole MH 2224. (2) To eliminate service interruption the (24) strand fiber optic cable will be replaced from the existing splice at Building 988 to the next splice point near the Puulua Central Office approximately 9000 feet. Re-route, install and terminate a new fiber optics cable underground in the existing duct bank infrastructure from Building 988 to Manhole MH 2224 to Manhole MH 500 and adjacent utility pole to splice point near Puulua Central Office prior to removal of existing cable. (vii) FOB destination to Hickam AFB HI. Anticipated performance start date of 1 Feb 05. (viii) The provision at FAR 52.212-1, Instruction to Offerors ? Commercial, applies to this solicitation. (ix) The provision at FAR 52.212-2, Evaluation ? Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and technical capability of the item offered to meet the Government requirement . (x) The following clauses and/or provisions apply to this solicitation: FAR 52.202-1 Definitions. All offers must include a completed copy of the provisions at 52.212-3 , Offeror Representations and Certifications -- Commercial Items (Alt I) (Jul 2002) and 252.212-7000, Offeror Representations and Certifications--Commercial Items (Nov 1995). See paragraph (xiii) for site to download information. Failure to provide a completed copy of the provision with the offer will deem the offeror as non-responsive. The clause at 52.212-4 , Contract Terms and Conditions -- Commercial Items applies to this acquisition. The clause at 52.212-5 , Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. The following additional clauses cited in this clause are also applicable: 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.); 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). For the purpose of this acquisition the following equivalent rates apply: Electrical Equipment Worker, WG-08, $21.38/hr, Wire Communications Cable Splicer, WG-08, $21.38/hr; The following are clauses required by DFARS Part 212: 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002) -- The following additional clause(s) cited in this clause are also applicable: 252.225-7012 -- Preference for Certain Domestic Commodities (Apr 2002) (10 U.S.C. 2533a). The following additional clauses and provisions are incorporated into this acquisition as addenda and are consistent with customary commercial practices. The full text of clauses and provisions can be accessed at the following web address: (http://farsite.hill.af.mil/ ). 5352.242-9000, Contractor Access to Air Force Installations (May 2002) (xi) Special Requirements: (1) Site Visit may be requested and conducted by appointment only; (2) Service Contract Act Wage Determination No.1994-2153, Revision 34 dated 09/27/04 is applicable to this contract. (See Attachment 2) The full text is also available electronically at the following address: https://www.ceals.usace.army.mil/dod-prot/wdolhome.html (xii) All quotes are due to the 15th Contracting Squadron, 15 CONS/LGCB, 90 G Street, Hickam AFB, HI 96853, no later than 14 Jan 04, 1200 Hawaii Standard Time. For further information contact Linda Miller at (808) 448-0542 linda.miller@hickam.af.mil
 
Place of Performance
Address: Julian Avenue, Hickam AFB Hawaii
Zip Code: 96854
Country: USA
 
Record
SN00728188-W 20050101/041230211831 (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.