Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
MODIFICATION

60 -- Open Secret Space SIPRNET Infrastructure Project

Notice Date
3/30/2010
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters, 2100 Second Street, SW, Room B411, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
2310G80DOG573
 
Archive Date
4/21/2010
 
Point of Contact
Moe FILALI, Phone: 2023724071
 
E-Mail Address
Mohamed.Filali@USCG.Mil
(Mohamed.Filali@USCG.Mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: The U.S. Coast Guard intends to purchase "Open Secret Space Cabling" project/services for the Coast Guard. This Open Secret Space SIPRNET Infrastructure project should include 50 Quad STP Data Jacks and 3 Quad Fiber Optic Data Jacks as per attached schedule under Statement of Work. This distance is approximately 250 feet. All other drops will be shorter as we proceed closer to the main distribution room. The layout of the drops can only be determined once ceiling tiles are opened and location decisions made after surveying best routing of data cables. The CG is flexible with determining final locations of all data drops. Additional Notes: - No PDS is needed, but a cable tray support system is required - No unclassified cabling will be installed per this SOW. It is possible the handling of some unclassified cabling will be required during installation of cable tray and/or STP/Fiber cables. - It is possible for the crossing of JWICS, SIPRNET and NIPRNET cables to occur at differenct areas of project. So long as the TEMPEST requirements are met and adhered to this will not be an issue. - Each Quad fiber optic WAO will need a dual gang box and face plate. - The 3 quads fiber WAO, and the CAT6 STP will be of the same classification and can be installed in the same cable tray. - The SMDR does not currently have the proper plywood backing for mounting hardware. The plywood need to be 3/4inch thick fire rated plywood painted. These requirements will have to be met as they are all part of the FIPS EIA/TIA standards. -Approxitmately, 30-50 STP/Fiber cables will need to be demo'ed after new installation is in place and cutover has occurred. -Fiber WAO's will be terminated on double gang for each quad fiber optic cable. STP WAO's will be terminated with 4 CAT 6 STP cables on a single gang face plate. - Secret clearance is required - We would expect the contractor to install the labeled patch cables both fiber and copper. This will be a coordinated effort between the contractor and the customer during cutover period. - - The fiber cable will be for MMF 62.5/125 and terminated with ST connectors. The CAT6 will be for a GIG network. - All fiber connectors will be of the ST type. - Fiber patch cables will need to be ST or ST: the fiber patch panels will need to interface ST to ST The total count for the copper STP CAT6 cables is 200 (50 WAO X 4 cables each = 200) On the fiber count we need a total of 12 strands (3 WAO X 4 strands each = 12) This is a correction to what the SOW indicates. On the SOW it specifies 24 strands of fiber. In order to comply with the requirements in this Solicitation #DOG573, the responses should be based on our interpretation of the general requirements provided below. Interested persons may identify their interest and capability to respond to the requirement and submit proposals. This notice of intent is a request for competitive proposals and, all proposals received within time and date on this solicitation will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered for the purpose of determining of conducting a competitive procurement. HOW TO RESPOND: In order to compete for this project, interested parties must be registered in the Central Contracting Registration and submit a Cost Proposal by 9:00 am, ET, March 31st,2010. Offerors may either submit one copy of the quote to MOHAMED FILALI, SILC- DET Washington, Room B411, 2100 Second St. SW, Washington, DC 20593 by mail, fax (202-372-4905) or email. Electronic transmissions to Mohamed.Filali@uscg.mil are acceptable, but must be timely. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. Evaluation Criteria: Award based on lowest cost technically acceptable. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-4 (Sept 2005), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Aug 2006). (6)(i) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail ONLY. Telephone inquiries are STRONGLY discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 9:00 am ET, March 31st, 2010. Primary Point of Contact: MOE FILALI Contracting Office Address: U.S. Coast Guard Headquarters 2100 Second Street, SW, Room B411 Washington, District of Columbia 20593-0001 Email: Mohamed.filali@uscg.mil Fax:202-372-4905 Place of Contract Performance/Delivery: United States Coast Guard- Allow Vendors To Add/Remove From Interested Vendors: no Allow Vendors To View Interested Vendors List: no Recovery and Reinvestment Act Action: no Contracting Office Address: U.S. Coast Guard Headquarters 2100 Second Street, SW, Room B411 Washington, District of Columbia 20593-0001 Primary Point of Contact.: Moe FILALI, Purchasing Agent Mohamed.Filali@USCG.Mil Phone: 202-372-4071 Fax: 202-372-4905
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COA3HSC/2310G80DOG573/listing.html)
 
Place of Performance
Address: Deployable Operations Group, 4200 Wilson Blvd., Arlington, VA 22203, Arlington, Virginia, 22203, United States
Zip Code: 22203
 
Record
SN02107379-W 20100401/100330235846-e6948b4dc2e94f9adbee5893e062a003 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.