Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
SOLICITATION NOTICE

D -- Network Cabling and Support Services

Notice Date
7/14/2009
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 801 I Street, NW, 901, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
HSCETC-10-R-00004
 
Point of Contact
Stephen J. Yuter, Phone: (202) 732-2537
 
E-Mail Address
stephen.yuter@dhs.gov
(stephen.yuter@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Office of Acquisition Management (OAQ), on behalf of the Office of the Chief Information Officer (OCIO) requires a contract for Network Cabling and Support Services. The objective of this requirement is to provide the Government all necessary management, supervision, materials, services, support, maintenance, identification, and performance of the cabling activities required for more than 470 geographically dispersed ICE locations, sites, and facilities. The Contractor shall support prospective ICE sites as the agency expands. The tasks required under this contract include site surveys, installation, testing, documentation, problem resolution, and maintenance of video, wireless, data, and voice communications cabling and related equipment. The Contractor shall be able to perform and support all aspects associated with cabling and design requirements. This includes designing, implementing, and testing universal cabling schematics for voice, video, wireless, and data systems in accordance and consistent with the objectives of this contract. The Contractor shall be knowledgeable of state and local cabling regulations, fire codes, historic preservation regulations, and union requirements. An integral and vital part of this requirement is the installation of network topologies and cabling systems with the related equipment to support all forms of communications and technical applications such as but not limited to voice, video, data, and wireless applications. Without this state-of-the-art capability, ICE cannot efficiently fulfill its mission. Consequently, ICE seeks to implement universal cabling topologies in facilities and sites. This effort shall include the use of various Local Area Network (LAN) and Wide Area Network (WAN) telecommunication topologies. The Government contemplates award of a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract that will allow the OCIO Engineering Division flexibility to accomplish its mission in a dynamic environment. This will be a hybrid contract comprised of Firm-Fixed Price, Cost-Plus Fixed Fee, and Cost-Reimbursement CLINs. The anticipated period of performance is a five-year base period with five, one-year option periods. A 90-day phase-in period is projected prior to the start of the base period. The solicitation will be issued as an unrestricted procurement. A small business subcontracting plan will be required by large businesses. The NAICS Code is 541990 (All Other Professional, Scientific, and Technical Services) and the size standard is $7M in annual receipts. This procurement is for the re-competition of services currently being performed under Task Area B of task order COW-5-D-0056, awarded to Science Applications International Corporation (SAIC). For planning purposes, issuance of the Request for Proposals (RFP) on the FBO.gov website is anticipated within the next 60 days. Proposals will be due 30 days after issuance of the proposal, and award is estimated for the 1st quarter of FY 2010. For additional information regarding this procurement, please write to Stephen J. Yuter, Contracting Officer, at stephen.yuter@dhs.gov. All questions and inquiries must be submitted in writing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/COW/HSCETC-10-R-00004/listing.html)
 
Place of Performance
Address: Department of Homeland Security, Immigration and Customs Enforcement, Office of the Chief Information Officer, 801 I Street, N.W., Suite 700, Washington, District of Columbia, 20536, United States
Zip Code: 20536
 
Record
SN01874280-W 20090716/090714235448-db17f59d9efebbd0ea004d7b53e388e9 (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.