Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2010 FBO #3134
MODIFICATION

N -- Budge Dental Clinic

Notice Date
6/22/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
8500 Lessburg Pike, Vienna, VA 22182
 
ZIP Code
22182
 
Solicitation Number
DOIM019044
 
Response Due
6/25/2010
 
Archive Date
12/22/2010
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is DOIM019044 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 335921 with a small business size standard of 1,000.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-06-25 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FT Sam Houston, TX 78234 The USA ACC MICC Fort Sam Houston requires the following items, Brand Name or Equal, to the following: LI 001, Furnish and install one (1) 200 pair (cable reading-62, 2101-2200 + 62, 2301-2400) 24 AWG copper cable from MH 439 to the main telecommunications room in Bldg 1278 utilizing one (1) 4 conduit placed by the design build contractor. Furnish and install one (1) 200 pair Protected Entrance Terminal (PET) equipped with a splice chamber and terminate the 200 pair copper cable on this PET. NOTE: Distribution 110-type terminals are provided by the Design Builder. Copper splicing required: In MH439, splice the new 200 pair copper cable (cable reading -62, 2101-2200 + 62, 2301-2400) to the existing 2400 pair copper cable (cable reading 62, 1-2200 + A, 2201-2300 + 62, 2301-2400). At this splice, cut the activated count dead to the field in an existing 1800 pair copper cable (cable reading after pair are cut dead 62, 601-2100 + (62, 2101-2200) A, 2101-2200 + A, 2201-2300 + (62, 2301-2400) A, 2301-2400). Appropriate bonding/grounding required at all splices and terminations., 1, EA; LI 002, Furnish and install one (1) 48 Strand Single Mode Fiber Optic Cable (LG284, 1-48) from MH304A, thru MH439B, MH439A, and stop in MH439. Provide a 50 foot maintenance loop inMH304A, MH439B, MH439A AND MH439. Fusion splice the new 48 strand FOC (Reading LG284, 1-48) to an existing 48 strand FOC (reading LG284, 1-48) in MH304A. Furnish and install one 24 Strand Single Mode Fiber Optic Cable (LG 284, 1-12 + DF, 13-24) from MH439 to the main telecommunications room in Bldg. 1278 utilizing existing inner-duct placed by the design build contractor. Provide a 50 foot maintenance loop in MH439. Terminate the 24 strand fiber optic cable on a 24 port fiber patch panel provided by the design build contractor with SC connectors. The patch panel may have 12 pack LC panels which will have to be changed out to SC 12 packs. In MH 439, fusion splice the 24 strand single mode FOC (LG 284, 1-12 + DF, 13-24) to the 48 strand single mode FOC (LG 284, 1-48). Appropriate bonding and grounding of telecommunications facilities is required., 1, EA; LI 003, In the old mechanical room of Bldg. 1278, remove two (2) old PETs and two (2) old fiber patch panels that are mounted on the wall. In the old mechanical room of Bldg 1278, cut flush with the floor one 50 pair copper cable reading 21, 51-100. At pedestal PED-21A, located by the construction trailers behind Bldg 1278, trim out the 50 pair copper cable (reading 21, 51-100) from the3-way splice (cable to DCO reads 21, 1-300 and 25 pair aerial cable reads 21, 1-25), clear and cap the splice and abandon the 50 pair copper going to the old mechanical room in Bldg 1278., 1, EA; LI 004, 4 In the main telecommunications room of Bldg 1279, located to the south of Bldg 1278, trim out and remove (if the material cannot be removed, advise the NEC Project Manager that the material must be abandoned) the following copper and fiber cables and abandon the conduit that used to serve Bldg 1278: 1. 12 strand MM fiber optic cable reading-LG42, 1-12MM. Remove fiber patch panel if possible and remove all labels showing LG42, 1-12MM. 2. 12 strand SM fiber optic cable reading LG142, 1-12SM. Remove fiber patch panel if possible and remove all labels showing LG142, 1-12SM. 3. 24 strand MM fiber optic cable reading LG143, 1-24MM. Remove fiber patch panel if possible and remove all labels showing LG143, 1-24MM. 4. 400 pair copper tie-cable reading TC1278, 1-400 (AVAILABLE RECORDS ONLY SHOW A 50 PAIR CABLE). Remove the PET or 110 type terminal that the copper is terminated on. 5. Show to abandon 2-4 conduits from Bldg 1279 to Bldg 1278., 1, EA; LI 005, All copper and fiber splicing will be performed in accordance with RUS Bulletin 1735F-401, Standards for Splicing Copper and Fiber Cable. Self piercing connectors should be used when splicing plastic insulated conductors (3M TYPE, MS23 OR EQUAL SHOULD BE USED). Metallic tag identification will be placed on all fiber and copper cables placed or spliced in the underground or terminated at SAIs., 1, EA; LI 006, All vacant conduits and inner-ducts shall be plugged with expandable duct plugs, both at the building location and the serving manhole location. Tapered plugs (Flower-pots) are not acceptable. Additionally, Fiber optic duct plugs shall be installed on all fiber optic cables contained within inner-duct. Any void between the duct/inner-duct/cable shall be filled with an acceptable water blocking compound. The contractor will be responsible for sealing all conduits/ducts/inner-ducts utilized during the placement of facilities for the assigned project., 1, EA; LI 007, Stencil and label all cables and patch panels in accordance with I3A Standards., 1, EA; LI 008, Quality Assurance/Acceptance Test: Acceptance tests for both fiber optic and copper cable facilities installed will be performed in accordance with I3A Standard, Para. 3.19. Additionally, all Single Mode Fiber Optic Cables installed shall be tested in accordance with ANSI/EIA/TIA 0-526-7(OFSTP-7), Para. 5.1 Method A.1. Contractor shall calculate passive Cable System Attenuation loss on the link(s) being installed. Calculated loss will total the sum of fiber cable attenuation coefficient (db/km) X Length (km), connector attenuation (db), and splice attenuation (db). This calculated loss shall accompany test readings and will be the maximum acceptable reading for the Government. Attenuation coefficients for fiber cable, connectors and splices are available from the ANSI/EIA/TIA 568 Standard. All test results must be reviewed and approved by the assigned ISEC QA representative and the NEC Design Team representative prior to completion of this project. Any identified test results not meeting industry standards must be corrected, retested, and resubmitted to the official QA representatives for final review prior to payment by the U.S. Government., 1, EA; LI 009, In accordance with TR No. AMSEL-IE-TI 09-001-7A, UNITED STATES ARMY INFORMATION SYSTEMS ENGINEERING COMMAND (USAISEC) OUTSIDE PLANT DESIGN AND PERFORMANCE REQUIREMENTS (OSPDPR) - The awarded contractor will prepare and conduct design reviews per paragraph 2.2.13 and provide drawings per paragraph 2.2.20., 1, EA; LI 010, 3.2 Telephone 3.2.1 It is understood that the contractor will have the responsibility for the connection of all telephones and any negotiations required to accomplish all necessary frame programming for all circuits and will utilize the existing On-Post communications contractor thru a contract vehicle for a selected fee for line card installations and frame programming and any other required telephony services. All circuits will be totally functional before completion of the project. 3.2.2 Contractor terms and conditions including all labeling will conform to the current labeling scheme within the building, and in accordance with FSH Standards for any telephones installed., 1, EA; LI 011, 3.3 Deliverables 3.3.1 The contractor will furnish (ninety) LINE CARD, 6X17BA (Voice Mail, Single Line Set) to the NEC Project Manager., 90, EA; LI 012, 3.3.2 The contractor will furnish (ten) LINE CARD, 6X21AC (Voice Mail, (Programmable Set) to the NEC Project Manager., 10, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort Sam Houston intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Sam Houston is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. A site survey will be held on Fort Sam Houston on 18 Jun 2010 at building 1278 at 0900hrs to view project and ask specific questions about the requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4222d27b4859de334ee2b125d29c5e68)
 
Place of Performance
Address: FT Sam Houston, TX 78234
Zip Code: 78234-5005
 
Record
SN02184453-W 20100624/100622235244-4222d27b4859de334ee2b125d29c5e68 (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.