Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2006 FBO #1682
SOLICITATION NOTICE

D -- DMC CABLING PROJECT

Notice Date
7/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Selective Service System, Logistics Division, Support Services Logistics Division, 1515 Wilson Blvd. Suite 4, Arlington, VA, 22209
 
ZIP Code
22209
 
Solicitation Number
SSS-06-C-2006
 
Response Due
7/25/2006
 
Archive Date
8/9/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Selective Service System (SSS) has a requirement for the award of a single firm, fixed-price contract for installing CAT6 cabling at the DMC/RHQ I of the Selective Service System (SSS). The DMC is a federal government facility that provides data processing and distribution and reception of all mail processing of all Selective Service System Registrations. RHQ I serves as base of operations for the field structure for about one-third of the Agency. This project entails the replacement of existing wiring to upgrade to CAT6 certified wiring and components with minimum disruption to facility operation, and provide a complete turnkey solution. Wiring will use existing wire trays and conduit where available. Approximately 144 drops need to be installed into a total area of approximately 45,000 square feet of Warehouse and Common Area Space. The estimate of cable required the facility is approximately 18,650 feet. (about 130 feet per drop). This estimate does not include unforeseen obstacles located above the ceiling tiles. The facility includes 36 rooms (4 with very large drops). The vendor shall provide all required hardware ncluding patch panels, patch cables in appropriate lengths (i.e. patch panel to switch, wall jack to desktop, and VOIP phone to computer (65)), and wall plates to accommodate the specified number of drops. The installation will include 1 full-sized rack (DMC) and 1 small or wall-mounted rack (RHQ I) to accommodate the patch panels and switches. Period of performance: 30 calendar days after receipt of award. This requirement is being procured under simplified acquisition procedures. The North American Industrial Classification System (NAICS) code for this procurement is 517 with a small business size standard of 500 employees. The competitive Request for Proposal (RFP), specifications, RFP amendments, and all questions and answers related to this procurement shall be made available via the internet at http://www.fedbizopps.gov under RFP number SSS - 06-C - 0002. The RFP is anticipated to release for the vendor community on or about July 3, 2006, and will only be available via the internet at the above website. Potential offerors are responsible for accessing the website. Interested parties must respond to the RFQ in order to be considered for award of any resultant contract. No written solicitation document is available, telephone request shall not be honored, and no bidders list shall be maintained. Potential offerors are requested to direct all questions via e-mail to calvin.montgomery@sss.gov. Pre-bid site visit facility tour and technical questions - Interested parties are encouraged to shall attend a facility tour/site survey on Tuesday, July 11th, 11:00 AM, local time. A general building drawing will be made available to interested parties that time upon request. The facilities will be available immediately following the tour for those who wish to perform site surveys and testing. The facility will be fully occupied during and after the meeting. Access to some areas may be limited. SSS will provide responses to relevant questions and will make those questions and answers available to all interested contractors. Please confirm an appointment with and address all technical questions to calvin.montgomery@sss.gov at the Selective Service System. Interested parties must notify the SS technical contact at least three days in advance of the tour with the name of their company and the names and titles of all attendees.
 
Place of Performance
Address: Address: Selective Service System, Data Management Center, 2834 Green Bay Road, Building 3400, Suite 222, Great Lakes, Illinois, 60088-5522,
Zip Code: 60088
Country: US
 
Record
SN01082406-W 20060705/060703220526 (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.