Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
MODIFICATION

59 -- Install Interior Communication Cable Conduit

Notice Date
8/1/2006
 
Notice Type
Modification
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 94 CONF/LGC, 1538 Atlantic Ave, Dobbins ARB, GA, 30069-4824
 
ZIP Code
30069-4824
 
Solicitation Number
FA6703-06-Q-0035
 
Response Due
8/3/2006
 
Archive Date
8/18/2006
 
Point of Contact
Thomas Dobeck, Contract Administrator, Phone 678.655.5745, Fax 678.655.5612,
 
E-Mail Address
thomas.dobeck@dobbins.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
FA6703-06-Q-0035. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation FA6703-06-Q-0035 is hereby issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11, effective 5 July 2006. The procurement is 100% small business set-aside and will follow simplified acquisition procedures in FAR Part 13. The applicable North American Industry Classification Code (NAICS) is 517110 with a size standard of 1,500 employees. Dobbins Air Reserve Base, (Marietta) Georgia requires the following nonpersonal services: The contractor shall provide all labor, tools, equipment, transportation, materials, and other services required to support the installation of interior cable conduits in Bldg 838, Bay 2, Dobbins ARB, GA for existing and future communication cabling runs including cutting, splicing, rerouting and terminations of existing in-place copper and fiber cable runs. Work shall include, but is not limited to, the installation of a conduit system between two (2) walls inside Bay 2 and to reroute specific existing copper and fiber optic cables into the new conduit. All contractor personnel shall be trained and/or certified on the infrastructure being installed. Industry standard or OEM testing procedures and site acceptance are required.The contractor shall provide (or re-use), install and test (EFI&T) fiber optic and communication cables to facilitate the upgrade. The contractor shall be required to provide the Gvoernment with the following: Implementation Plan and design drawings; Test Plan; Test results of all installed cable to include; (a) fiber optic cable test results, (b) copper cable test results for continuity, shorts, opens, grounds and crosses, and (c) an electronic copy of the test result spreadsheet in Microsoft Excel format. The contractor shall also provide two (2) copies of “as-built” drawings showing the physical runs of all communication cables and equipment installed. All work must be performed after normal duty hours of 7:00 AM-4:30 PM (between 5:00 PM-5:00 AM) and on non-Unit Training Assembly (UTA) weekends between the hours of 6:00 AM-6:00 PM. The contractor shall be responsible for the protection of all associated government property during the performance of the contract. Period of performance is 10 calendar days after contract award. One pre-bid site visit will be conducted on Friday, 28 July 2006 at 2:00 P.M., at building 812, Suite 106, 1538 Atlantic Avenue, Dobbins ARB, GA 30069-4824. Attendance is not mandatory, however, failure to attend will not relieve bidders/offerors from responsibility for estimating properly the cost of successfully performing the work. This will be the only site visit conducted to familiarize the offerors with the required work and project location. All interested parties should notify the Base Contracting Office, 94 CONF/LGC, by telefax at 678-655-5612 no later than 12:00 P.M., Thursday, 27 July 2006 of their intention to attend the site visit and number of personnel attending. The provisions at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors--Commercial Items, shall apply along with 52.204-7, Central Contractor Registration (CCR) and 52.204-8, Annual Representations and Certifications. Evaluation of quotes will be in accordance with FAR Clause 52.212-2, Evaluation-Commercial Items and will be based on price only. All quotes shall include a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications--Commercial Items or verification of electronic registration in the Online Representations and Certifications Application (ORCA) website at www.orca.bpn.gov . FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items, shall apply. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, shall be incorporated into any contract resulting from this notice. Applicable clauses cited in 52.212-5 are 52.219-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-44 and 52.232-33. Defense Federal Acquisition Regulation (DFARS) Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies. FAR Clause 52.228-5, Insurance--Work on a Government Installation shall apply and will be incorporated into any resultant contract. Department of Labor Wage Determination 1994-2133 (Rev 29), dated 05/23/2006 shall apply and be incorporated to the resulting contract. The full text of provisions or clauses may be accessed electronically at: http://farsite.hill.af.mil or www.arnet.gov. All prospective offerors must be registered in the Central Contractor Registration (CCR) database prior to submission of an offer to be considered for award of any Department of Defense (DoD) contract. This may be accomplished electronically at: www.bpn.gov/ccr . All interested parties should submit a written quote to 94 CONF/LGC, 1538 Atlantic Avenue, Dobbins ARB, GA 30069-4824. Quotes must be received by 2:30 P.M. (EST), Wednesday, 2 August 2006. Telefaxed or electronically transmitted quotes will be accepted. All quotes shall reference RFQ FA6703-06-Q-0016 and include all applicable referenced documents. Point of contact is Tom Dobeck, Contract Administrator, 678-655-5745.***** Amendment 02 Description FA6703-06-Q-0035. The Statement of Work is changed as follows: A. Duty hours for performing all work, except cutting/splicing of existing cable, is from 6:30 AM to 3:30 PM during weekdays. Cutting and splicing of existing fiber and copper lines will be performed from 6:00 PM – 6:00 AM on weekdays and weekends. B. The contractor will reroute two (2) existing 200-pair copper cables into two (2) of the installed 4-inch conduits. C. The contractor will install and terminate one or a combination of fiber cables to provide a of 72-Single Mode (SM) and 48-Multi-mode (MM) from Communications Room 1407 to Communications Room 2512 using one of the installed 4-inch conduits for approximately 550 feet in distance. D. All fiber will be run through interduct from Bldg. 838, Room 1407 demark to Room 2512 demark, both while in and out of conduit. E. All materials (conduit, splice enclosures, connectors, terminators, LIUS, cable and etc.), tools and equipment to accomplish this project will be provided by the contractor. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-AUG-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFRC/94LGLGC/FA6703-06-Q-0035/listing.html)
 
Place of Performance
Address: Dobbins Air Reserve Base, (Marietta) Georgia
Zip Code: 30069-4824
Country: UNITED STATES
 
Record
SN01103814-F 20060803/060801223411 (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.