Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2007 FBO #2090
SOLICITATION NOTICE

D -- Cable Removal Project

Notice Date
8/15/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
55 Broadway; Cambridge, MA 02142
 
ZIP Code
02142
 
Solicitation Number
DTRT57-07-R-20025
 
Response Due
8/30/2007
 
Archive Date
11/30/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Subpart 12.6, as supplemented with additional information included in this notice. Solicitation Number DTRT57-07-R-20025 is issued as a Request for Proposal (RFP). The Contracting Officer is utilizing policies and procedures prescribed in Part 12 Acquisition of Commercial Items, and Part 13.5 Test Program for Certain Commercial Items, and Part 15 Contracting by Negotiation. This solicitation document, incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-18 effective 06/30/2007. The NAICS Code is 517110, Wired Telecommunications Carriers, and the Small Business size standard is 1,500 employees. This announcement constitutes the only solicitation; a written solicitation will not be issued. This proposed action is for services for which the Government intends to solicit and negotiate with only one source under FAR Part 6.302-1. The Government intends to solicit and negotiate, on a sole-source basis, an award of a Firm-Fixed-Price contract with Verizon Select Services, Inc., Burlington, MA, to provide services for the cable removal project at the U.S. DOT/RITA/Volpe Center, Cambridge, MA. When the new telephone infrastructure was installed in 2003, the telephone riser cable running through the telephone closets throughout the Volpe Center campus, Cambridge, MA was found to be non-compliant with current telecommunications codes. The current riser cable sheath, when reaching a certain temperature, gives off toxic fumes. Current codes allow this type of cable up to only 50 feet into a building. In order to mitigate this problem, the Contractor shall provide the necessary personnel, services, equipment and materials to perform those activities that are as specified in the following Contract Line Item Numbers (CLINs) 0001 through 0004, including reports and other products. Proposals shall include pricing for the following four CLINs: CLIN 0001, Inventory of Circuits and Removal of Old Infrastructure $__________; CLIN 0002, Cable Installation, Termination, Testing, and Labeling $__________; CLIN 0003 Installation of Fire Stopping Materials $__________; and CLIN 0004, Grounding, $__________. The Period of Performance for CLINS 0001 through 0004 shall be sixteen (16) weeks after contract award, the date the contract is signed by the Contracting Officer. Please note: where the phrase ?should be completed? appears in this solicitation, the intent is for guidance, to show the Government?s expectation of the time the Contractor will need to perform tasks. Certain tasks can be performed concurrently with other tasks. CLIN 0001, Inventory of Circuits and Removal of Old Infrastructure: The Contractor shall identify existing circuits cross-connected to the existing distribution infrastructure, and trace these circuits from the existing telecommunications closets, along the telecommunications pathways, to the originating frame(s) and block(s). The Contractor shall deliver an inventory list of circuits to the Contracting Officer?s Technical Representative (COTR) in an electronic spreadsheet format compatible with Microsoft Excel, no later than four (4) weeks after contract award. The inventory list shall include the following data elements: circuit number; date of installation; location; circuit type; Volpe Center person requesting circuit; and carrier requesting circuit. Upon receipt of the inventory, the COTR will ask the appropriate carrier(s) to generate orders to transfer of any old circuits to new distribution pairs on a new distribution infrastructure. The Government expects this circuit transfer order step to be completed 6 weeks after receipt of the inventory list. The Contractor shall transfer all circuits, those it owns as well as any remaining circuits (circuits that were not provisioned by the appropriate carrier(s), or were left over with no transfer orders or clear ownership). Upon completion of all circuit transfers, the Contractor shall verify that all circuits have been transferred from the existing cable structure. The Contractor shall remove and dispose of the existing 300 pair cable from the telecommunications closets to the frame room located in Building 1. As stated above, the inventory of circuits shall be delivered to the COTR no later than four (4) weeks after contract award. The circuit removal work associated with CLIN 0001 should be completed ten (10) weeks after contract award. The verification work should be completed fourteen (14) weeks after contract award. CLIN 0002 ? Cable Installation, Termination, Testing, and Labeling: The Contractor shall provide and install Commscope Plenum Cat5e CMP UTP Data pipeline cables (estimated at 23,000 feet) as part of a new cable infrastructure to support all non-PBX-related telecommunications throughout the Volpe Center. The Contractor shall provide and install two (2) twenty-five (25) pair cables in each of the Volpe Center?s thirty-five (35) telecommunications closets from the existing frame room, via the existing underground tunnel system to each building, and then shall distribute vertically, parallel to existing pathways, in each building?s stacked telecommunications closets. All cable will be installed in compliance with TIA/EIA, ANSI, and NEC standards. The Contractor shall terminate all cable in compliance with TIA/EIA 568 standards. The Contractor shall terminate Category 5e data station cables at both near and far ends with Cat5e Krone 89D style termination blocks. Installation and termination should be completed eight (8) weeks after contract award. The Contractor shall test all voice cables at 100MHz for level II accuracy, shall clearly label all outlets with machine generated labels, and shall provide machine printed wrap around labels as specified. The Contractor shall submit all test results to the COTR in electronic copy at the completion of these tasks. The cable installation, termination, testing and labeling work associated with CLIN 0002 should be completed fourteen (14) weeks after contract award. CLIN 0003 ? Installation of Fire Stopping Materials: The Contractor shall provide and install firestopping materials in all telephone pathways located in the telecommunications closets throughout the Volpe Center campus. Firestopping materials will conform to the following standards: ASTM E119 OR UL 264 ? Standard Test Methods for Fire tests of Building Construction and Materials, and ASTM E814 OR UL 1479 ? Standard Test Method for Fire Tests of Through-Penetration Fire Stops. The installation associated with CLIN 0003 should be completed sixteen (16) weeks after contract award. CLIN 0004 ? Grounding: The Contractor shall provide and install ground bus bars in all existing telecommunications closets throughout the Volpe Center campus, in accordance with Bicsi recommended 2-3 point grounding system. The Contractor shall install the bus bar to existing plywood, and shall establish grounding via attachments to local building steel, and to the electrical panel in the closet where applicable. The Contractor shall provide and install the final connection point as a tie in to the telecommunications closet from the floor below. In addition, the Contractor shall ground existing data racks when located within the telephone closets. The grounding work associated with CLIN 0004 shall be completed sixteen (16) weeks after contract award. The following FAR clauses and provisions are incorporated by reference (IBR) into the solicitation and the resulting contract, with addenda as indicated. 52.212-1, Instructions to Offerors ? Commercial Items. Addenda: (b) Submission of offers ? (1) The offer must be marked with Solicitation Number DTRT57-07-R-20025. (2) The time for receipt of offers is 2:00 PM Eastern Time on 08/30/2007. The signed offer must be submitted electronically, as a pdf file, via email to leeT@volpe.dot.gov. The offer should be addressed to Ms. Teresa Lee, Contracting Officer, U.S. Department of Transportation, Volpe National Transportation Systems Center, Acquisition Division, RTV-6D2, 55 Broadway, Cambridge MA 02142-1093. Submission by facsimile machine, by mail, or in any non-pdf file format is not authorized. (10) Past performance is not an evaluation factor. (c) Period for acceptance of offers is 60 days. FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items; 52-212-4; Contract Terms and Conditions ? Commercial Items is IBR. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items is IBR. The Contractor shall comply with the following FAR clauses applicable to this acquisition: 52.203-6; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52-222-37 and 52.222-39. In addition to the foregoing FAR clauses and provisions, the resulting contract will incorporate the following FAR clauses: 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; and 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration. The Offeror?s failure to comply with the solicitation instructions may render its proposal package to be non-responsive. Parties interested in challenging the Government?s intention to process this acquisition as a sole-source procurement must submit qualification and/or capability statements addressed to the Contracting Officer. Statements must be in writing, and should include clear and convincing evidence of the qualifications and/or capabilities to perform the work in this solicitation. The Government will not pay for any information received. Statements are due no later than 2:00 PM Eastern Time on 08/27/2007. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs) The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov/. For information concerning the acquisition, contact the contracting official.
 
Web Link
Volpe Center Acquisition Division home page
(http://www.volpe.dot.gov/procure/index.html)
 
Record
SN01373349-W 20070817/070815220722 (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.