Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
MODIFICATION

60 -- Network Cable Infrastructure Installation

Notice Date
8/13/2010
 
Notice Type
Modification/Amendment
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of Justice, Justice Management Division, Executive Office for the United States Attorneys-EOUSA, 600 E Street, Suite 2400, Washington, District of Columbia, 20530
 
ZIP Code
20530
 
Solicitation Number
DOJ-REQ-EOA02-10-0091
 
Archive Date
9/7/2010
 
Point of Contact
Tony Russell, Phone: 202-252-5410
 
E-Mail Address
tony.russell@usdoj.gov
(tony.russell@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation DOJ-REQ-EOA02-10-0091 is issued as a Request for Proposal (RFP) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 97-26. The provision at 52.212-1. Instructions to Offerors-Commercial, applies to this acquisition to include any addenda to the provision. The provision at 52.212-2.Evaluation Commercial items is included in this solicitation. The Executive Office for United States of Attorney’s (EOUSA) invites contractors to submit a proposal for services described in the attached statement of work, under the authority of Part 12 of the Federal Acquisition Regulation. Enclosed you will find a Statement of Work for Network Installation. No later than 5:00 PM, Eastern Standard Time on Friday, April 16, 2010. Please provide this office with a price and technical proposal, to include proposed personnel resumes, to accomplish the work described in the attached Statement of Work. Contractor shall provide all the necessary levels of administrative, professional, and technical support require facilitating the objective of network cable, infrastructure installation and relocation services to the 94 United States Attorney Office districts located in the US, Guam and the Virgin Islands as prescribed in the Statement of Work.. All tasks shall be performed in strict accordance with the attached Statement of Work. This requirement shall be on a Base year with four (4) option years. Award shall be made by 1 June 2010 Offeror shall include tax identification number, DUNS number and CAGE code with their proposal. Statement of Work shall be competed against GSA Scheduled 70. The incumbent contractor for this effort is BAE Systems Information Solutions. The solicitation and any documents related to this procurement will be available on the Federal Business Opportunities (FedBizOpps) website at the following address: http://www.FBO.gov. Potential offerors desiring to receive electronic notification of the solicitation posting and availability for downloading must register on the Federal Business Opportunities (FedBizOpps) website at the following address: http://www.FBO.gov. Contractors are warned that when they register to receive solicitations, amendments and other notices, the responsibility for providing the Government with an accurate and complete e-mail address lies with the contractor. The Government will make no additional efforts to deliver information when the system indicates that transmissions cannot be delivered to the email address provided. For questions concerning the acquisition, contact the Contract Specialist by email at tony.russell@usdoj.gov. ANY INQUIRIES VIA TELEPHONE WILL NOT BE HONORED. All contractors must be registered in the Central Contractor Registration (CCR) in order to receive an award from this agency. Contractors may access the site at http://www.ccr.gov to register and/or obtain information about the registration process. Additionally, solicitation Representation and Certifications are no longer provided within the solicitation and must be submitted online through the Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of the Representations and Certifications required by the Federal Acquisition Regulations. Potential offerors are highly encouraged to complete the online provisions within the Representations and Certifications at the ORCA website: https://orca.bpn.gov. The selection process will consist of a Best Value source selection based on.(1) Management Plan and Approach, (2) Understanding the Task Order Requirement, 3) Past Experience/ Performance, and Price. Under a Best Value source selection, non-price evaluation factors, when combined are significantly more important than price. However, EOUSA will not select an offeror for award on the basis of a superior capability without consideration of the amount of its price. In order to select the winning proposal, EOUSA will rank each offeror by making a series of paired comparisons between them, trading off the marginal differences in capability with the marginal difference in price. Business Classification. This procurement is for Full and Open Competition. Proposals submitted in response to this RFP will be received in the following manner: via regular mail, hand carried, and email. Proposal may also be forwarded by Courier or Overnight Mail Service to the attention of the undersigned at EOUSA. Hand-Carried and Mailing Address: Executive Office for the United States Attorney’s Office 600 E Street, NW, Suite 5200 Washington, DC 20530 Attention: Tony Russell Email Address: tony.russell@usdoj.gov Proposals that are faxed will not be accepted. Proposals must be received by the closing date and time stated above. Please refer any questions concerning this request to Tony Russell by email at tony.russell@usdoj.gov Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2010-04-19 16:11:16">Apr 19, 2010 4:11 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2010-08-13 09:04:05">Aug 13, 2010 9:04 am Track Changes All question concerning this solicitation shall be submitted no later than 20 April 2010 at 4:00 pm est. No question after this date will be answer. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][added_on]" value="2010-06-04 15:04:39">Jun 04, 2010 3:04 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][modified_on]" value="2010-08-13 09:04:05">Aug 13, 2010 9:04 am Track Changes The following solicitation will be an INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) TYPE Contract. Contract award date has change from 1 June 2010 change to 14 June 2010. This solicitation is only open to the contactors who have already submitted their proposal by the previous date of 23 April 2010. No new solicitation will be accepted. Correction is being anotated in reference to this solicitation. The following statement was made reference that this solicitation is a IDIQ type contract, in actuality it should read Time and Material firm fixed price type contract.To all vendors who have already submitted their proposal by the previous date of 23 April 2010, please note this admendment in your records. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][3][added_on]" value="2010-06-10 12:00:30">Jun 10, 2010 12:00 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][3][modified_on]" value="2010-08-13 09:04:05">Aug 13, 2010 9:04 am Track Changes Another question has come up in reference to clarification of the following SOW. Please ensure that everything that is require a cost is applicable to your pricing and please total up your cost in all of the pricing remember your pricing should come from GSA schedule 70. Question: Approximately 15 - 35 USAOs relocate or undergo major renovations each year. Offices can range in size from a small branch office servicing as few as four (HOW DO YOU GIVE A COST ESTIMATE IF THIS IS UNKNOWN)or five users to entire headquarters offices supporting several hundred users.(AGAIN SAME SITUATION) Some relocation tasks are very large efforts and some are small but all relocations are complex, requiring extensive planning, solid analysis and effective cost control. All require coordination and the ability to meet the needs and schedules of the USAO’s. The contractor must be prepared to execute, often on short notice, the relocations or cable requirements in the specified time frame to ensure that no delay in the USAO project schedule occurs. Contractors cannot price the above statement because it’s not clear as to size. Quantify which one are small and which ones are large can’t price because it’s undetermined. Should the contractor give a cost for 15 or 30 it’s unclear. I want to ensure that we are doing apples to apples and everyone is on the same sheet of music as to what is required. Answer: Suggest using 1 large city say West Coast 1 Med city ( East) and 1 overseas site.. doesn’t really matter the site or the drop numbers as long as everyone prices the same site/equipment and drops So say for example LA Site consisting of expansion of 3 floors with 1 IDF ( which means a RACK and fiber to the MDF, and Patch Panel(s)) Say 250 drops V and D Longest drop 282 ft Fiber run approx 153 feet thru chase in internal to USAO space telephone closet Avg drop length is 122 feet IDF has 200 drops going to 2 racks in IDF 1 V and 1 Data. Need 2 96 port patch panels and another 24pt. All drops are run thru conduit above ceiling. I don’t know off the top of my head if union labor is required in LA.. I am guessing it is. … you know than do the same for 2 other diverse places and see what the cost for doing them are Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][4][added_on]" value="2010-06-16 09:15:30">Jun 16, 2010 9:15 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][4][modified_on]" value="2010-08-13 09:04:05">Aug 13, 2010 9:04 am Track Changes The anticipated award date for this solicitation has changed to 7 September 2010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/JMD/EOUSA-FMSS/DOJ-REQ-EOA02-10-0091/listing.html)
 
Place of Performance
Address: Multiple Locations, United States
 
Record
SN02241180-W 20100815/100814000822-00194261830b051c9f8f2f6ab4bb609e (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.