Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2005 FBO #1277
MODIFICATION

70 -- Telecommunication cabling of new office space (REPOST - see another Q&A in Terms) CAD Drawing Included)

Notice Date
5/24/2005
 
Notice Type
Modification
 
Contracting Office
425 Eye St. N.W, Washington, DC 20536
 
ZIP Code
20536
 
Solicitation Number
VSA-05-0098
 
Response Due
5/24/2005
 
Archive Date
6/13/2005
 
Point of Contact
Name: Joseph Garforth, Title: contracting officer, Phone: 2025143630, Fax: 2025143353, Name: Jessica Peraertz, Title: Sourcing Agent, Phone: 571.218.6162, Fax: 703.385.9211,
 
E-Mail Address
joseph.garforth@dhs.gov;, Jessica.peraertz@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is VSA-05-0098 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 01-27. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000 employees. However this requirement is unrestricted and all interested offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Tuesday, May 24, 2005 at 17:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Isla Verde, PR 00937 The DHS-Immigration and Customs Enforcement requires the following items, EXACT MATCH ONLY, to the following: LI 001, Cabling of new office space at the Luis Munoz, PR International Airport. Work to be performed: Furnish all labor, material, supplies, and installation of telecommunication cabling in accordance with the attached specifications and drawing., 1, EA; For this solicitation, DHS-Immigration and Customs Enforcement intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. DHS-Immigration and Customs Enforcement is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Joseph Garforth at joseph.garforth@dhs.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid.com - Buyers and Sellers agree to use FedBid.com as an independent Venue for buying and selling goods or services, respectively. It is understood that FedBid ranks all bids by price, regardless of the evaluation criteria used by the buyer. Buyers and Sellers understand that a Buyer always maintains all rights assigned under their contracting authority and/or applicable acquisition regulations, and may select the most advantageous bid for the governments purpose while considering offline factors such as delivery, past performance, socio-economic classifications, and source rotation. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to joseph.garforth@dhs.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The dates given are current at the writing of this SOW. The actual installation dates may deviate from below due to construction schedule changes. The estimated Period of Performance is from July 18, 2005 through August 30, 2005 See attachments for the SOW; which includes background, requirements, installation information, regulatory requirements, and warranty information. See attached drawings - one additional CAD drawing is available to interested parties. Please contract FedBid Client Services at 1-877-933-3243 to have the drawing faxed to your company. Please be aware that auction time is based on Eastern Standard Time (Washington DC). 1) We are required to run 12 strand fiber cable between the MDF and remote wiring closets (RWC). Question: how many RWC's are their and what is the distance of each one from the MDF? 1a) What is the termination connector for the fiber cable (ST)? Answer: The SOW indicates that all voice and data cables will be run back to the Computer Room #113. There is no RWC, just one computer room. No fiber is required for this project. 2) How many feet of the interlocking armor fiber cable (12 strand multimode) is needed? Answer: No fiber is required. 3) How many feet of the indoor/outdoor fiber cable is needed? Answer: No fiber is required. 4) Are the dual data/dual voice drops (95 locations x 4 drops each) or (95 x 2 drops each)? Answer: There are 95 drop locations. Each drop has two voice jacks and two data jacks. They can refer to the ICE Cabling Standards page 10 and 11 Section 3.3 Work Station Outlets. 5) How many feet of cable trays will be required? Answer: Cable tray is being installed by the General Contractor is not a requirement of the cable vendor. The SOW is indicating that cable tray is installed therefore the need for j-hooks will be minimal. Q1: Will Sellers pay any taxes to do business in Puerto Rico? A1: This is tax exempt as it is a Federal procurement. Q2: Will the unoccupied space (Terminal C, 3rd level) in the Luiz Munoz International Airport be available 24 hours per day and 7 days a week for doing the work described in this bid? A2: They can work normal duty hours from 8:00am to 5:00pm 7 days a week. Q1: One of the documents referred at the Federal Bids website is ICE #3 Attachment: Structured Cable Plant Standard Version 4.1. This document states in page 10, Exhibit 3, section 3.3 that all data jacks should be keyed, however I'm having a hard time finding a manufacturer that still offer that product. Are there any amendments to that documents? Can we quote non-keyed data jacks? A1: Yes, you may quote non-keyed jacks.
 
Web Link
www.fedbid.com (a-17700, n-986)
(http://www.fedbid.com)
 
Place of Performance
Address: Isla Verde, PR 00937
Zip Code: 00937
Country: US
 
Record
SN00814162-W 20050526/050524211518 (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.