Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2006 FBO #1504
SOURCES SOUGHT

60 -- OCAR EOC Wiring

Notice Date
1/6/2006
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W74V8H-06-0106
 
Response Due
1/20/2006
 
Archive Date
3/21/2006
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT- This is Not A Request for Proposals. The Contracting Center of Excellence (CCE) on behalf of the Office of the Chief, Army Reserve (OCAR), is conducting a market survey in accordance with the Federal Acquisition Regulation (FAR) Part 10.001 to determine the extent of Small Business participation and capability to perform a requirement to install computer and television related wiring for the G3 Emergency Operation Center (EOC) and conference room. CCE is seeking Capabilities Statements from Small Businesses only. The NAICS code is 238210; size standard is $12M. Capability Statements should specify services that can be provided and include your resource capabilities. Capability package should demonstrate the contractors ability to perfo rm the specific tasks that are being requested in the Statement of Work. The proposed period of performance for this effort is for 30 days after contract award, with the place of performance is Jefferson Plaza II (JPII),1421 Jefferson Davis Hwy, 12th Floor , Arlington, VA 22202. The Statement of Work is as follows: 1. PROJECT BACKGROUND: The Office Chief Army Reserve (OCAR) G3 is responsible for oversee the training of soldiers at the highest possible level in one of nearly 200 specific skills in order to support the Army on any air, land or sea mission. To meet th e challenges of the 21st century in the war on terrorism, the Army has had to redefine and restructure itself. It is becoming smaller, lighter, quicker and more technically advanced. The required tasking will expanded computer systems operations in the OCA R G3 EOC and conference room and allow for more efficient and secure communications. 2. SCOPE OF REQUIREMENT: OCAR, G-3 continually seeks the best method to communicate. To accomplish this, OCAR, G-3 must remain on the cutting edge of communications by installing the follow computer and television related wiring in the G3 EOC and conferen ce room (see diagram for layout). All work is in the walls. 4. SCOPE OF WORK: This project requires accomplishment of the following tasks: a. Task 1 Installation 1. The contractor shall install the follow wiring (see attached diagram for layout). All work is in wall. " Fiber Optic Install two double strand multimode (62.5/125micron) OFNP fiber cable between wall mounted boxes and wall mounted cabinet (SC couplers) in five locations. Each of the drops will be terminated in standard wall mounts and at the wall mounted patch panel. A single double strand multimode (62.5/125micron) OFNP fiber cable run from the wall mounted patch panel to the 12th floor network closet appropriately terminated at both ends. Approximate cable length per run from the smaller room is 50 feet. Approximate cable length from the larger room is 100 feet. Approximate cable length per run from the wall mounted box to LAN closet is 200 feet. Contractor will install a fiber optic patch panel in the wall mounted cabinet. Each end of every cable run will be tagged with and appropriate identification label. " Copper Install category 5e plenum cables between OCAR Standard quad drop (QCAR Quad Drop is two cat 5e (data), 1 ISDN, 1 analog) wall mounted boxes and 12th floor network closet in five locations, appropriately terminated at both ends. Cable jackets will match e xisting color codes (blue/white/yellow/grey). Approximate cable length per run from the smaller room is 200 feet. Approximate cable length per run from the larger room is 220 feet. Each end of every cable run will be tagged with and appropriate identifica tion label. " Cable Television (CATV) Install one COMMScope Quad Shielded, CMP COAX cable run from standard wall mount to 12th floor network closet. A Blonder Tongue 1X16 Splitting Device will be installed to hold the new cable and several existing cables. Approximate cable length is 220 feet . Each end of every cable run will be tagged with and appropriate identification label. " VGA Insta ll two wall mounted VGA cables with stand female ends. Approximate cable length per run is 12 feet. Task 2 Test and Evaluation a. The contractor shall test all outlets to ensure operability Task 3 Documentation a. The contractor shall provide documentation at the end of the installation. The documentation will provide cable length, cable wire map and cable test results for each cable run (were appropriate). b. The contractor shall provide documentation on warranty and guarantee of work performed. c. The contractor shall warrant against any damages to the facility caused by contractor. 5. DELIVERABLES: Deliverables include technical analyses, documentation, and warranty. The specific format required by each objective assignment will be determined by the COR. The acceptance standard for the deliverables is outlined in the Deliverables Performance Work Standard below. Performance Ojectives Delivery Schedule SOW Para Format Performance Standard Monitoring Method Incentives/ Disincentives The contractor shall access the project, then install all wiring IAW local codes ad standards. Risk assessment due prior to installation of wiring Task 1 MS Word hard copy 100% for timeliness COR review Any deliverable that is not received with 24 hours a fter due date will be reflected negatively on the contractors past performance. The contractor shall provide a report on cable length, cable test results and cable wire map (where appropriate) for each cable run. Date to be agreed upon with COR Task 3 MS Word hard copy 100% for timeliness COR review Any deliverable that is not receiv ed within 48 hours after agreed time will be reflected negatively on the contractors past performance. The contractor shall provide a written warranty to guarantee all parts and workmanship 24 hours after contract completion Task 3 MS Word hard copy 100% for timeliness COR review Any deliverable that is not corrected to greater than 95% acceptance for acc uracy and timeliness will be reflected negatively on the contractors past performance. Capability Statements must include a brief description of your organizations experience as related to this type of work and your capability to provide the necessary materials (cables). Hard copies of Capability Statements will not be acceptable (only el ectronically submitted Capability Statements will be accepted). The Government shall have the right to demand and receive positive proof of compliance with any and all the foregoing requirements. All responsible sources are invited, at no cost to the Government to provide technical information for a capability evaluation. Individual responses to this request for information that may contain proprietary information must be marked accordingly. Such i nformation will not be released outside the Government. The Government may revise its acquisition strategy and solicitation requirements based upon the industry response. The purpose of the request for information is to identify Small Businesses with resou rces and capabilities to support this requirement. This Sources Sought/Market Research shall not be construed as a Request for Proposal. The Government does not intend to award a contract from the results of this Sources Sought. There is no solicitation do cument. The Government shall not be liable for, or suffer any consequential damages for any technical information identified (e.g., limited and/or restricted rights). Interested firms may send their capability statement, company name, address, contact info rmation, and business size via email to Gayna Malcolm: Gayna.Malcolm@hqda.army.mil no later than 20 January 2006, 2:00pm. No telephonic submissions will be honored.
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00962460-W 20060108/060106212255 (fbodaily.com)
 
Source
FedBizOpps 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.