Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
DOCUMENT

N -- Cable Run Bldg 89 - Attachment

Notice Date
9/8/2011
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26311RP0812
 
Response Due
9/16/2011
 
Archive Date
11/15/2011
 
Point of Contact
Department of Veterans Affairs
 
E-Mail Address
ion:
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
(i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and an additional written solicitation will not be issued. (ii) The solicitation number is VA-263-11-RP-0812 and is issued as a request for proposal (RFP). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-53 (August 4, 2011). In accordance with FAR 52.252-2 clauses and provisions incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR). (iv) This solicitation is set aside in entirety for a Service Disabled Veteran-Owned Small Business (SDVOSB). North American Industry Classification System (NAICS) code 238210 Computer and Network Cable Installation (size standard $14.0 million) applies to this solicitation. (v) This requirement consists of one line item priced for one job and includes all work in the Statement of Work. (vi) DESCRIPTION/STATEMENT OF WORK: Non-personal Services: Contractor shall provide all labor, parts, tools, equipment, materials, transportation and services necessary to install new Cat 6 cable for data and voice to 30 modular systems furniture workstations and 7 wall locations plus emergency analog phone outlets in 2 locations. The contractor shall provide tip jacks, wall plates and patch panels as necessary to provide network connectivity to new workstations. Each work station shall have one violet data and one green voice jack, and certain wall locations will have VA standard double violet data, double green voice, all with labeling and connections that are consistent. Terminations are required on each end of all wiring. Ceiling heights vary from 8 feet to 14 feet above finished floor. The contractor shall work in conjunction with furniture contractor during the installation of the new cabling into the cubicle work stations. Power poles shall be provided with the systems furniture. The cubicle workstations are Premise manufactured by Haworth and can be viewed at http://www.hawort.com/en-us/Products/Furniture/Systems/Panel-Systems/Pages/PREMISE-Moxie.aspx. Wall rack for the data closet will be provided by the government. Estimated wiring installation distances and quantities are: 8 runs of 110 feet, 12 runs of 130 feet, 2 runs of 140 feet, 12 runs of 150 feet, 8 runs of 160 feet and 14 runs of 190 feet. All work is located within Building 89, Fort Snelling, MN. Contractor shall submit an installation plan for government approval not less than one week before start of installation. Work shall be performed IAW specifications document 271200, available upon email request to Kathryn.Crowthers@va.gov. DELIVERABLES: Contractor shall provide (a) Complete list of all proposed equipment and materials, including manufacturer's specifications and product cut sheets for government approval prior to purchase; (b) labeling scheme approved by Government; (c) one complete Telecommunications Manual containing (1) description of network cabling equipment and normal operating procedures, (2) Riser diagrams showing complete installed UTP and Fiber cabling (3) Proof of Performance report outlining operating parameters tested, complete test results, and summary of industry standards used for each parameter, (4) warranty information. SITE VISIT: A site visit is scheduled for Tuesday September 13 at 1:30 pm. All parties will meet at the Information Desk in the Flag Atrium of VAMC Building 70 (main hospital). Interested parties should contact Kay Crowthers at tel 612.344.2163 to confirm the meeting date, time and location. Copies of specification 271200 and project plans will be available at the site visit or upon email request to Kathryn.Crowthers@va.gov. DESCRIPTION/STATEMENT OF WORK ENDS (vii) Delivery and acceptance of deliverables will be FOB Destination. Performance shall begin within 10 days after award. Installation duration is approximately 1 week with a completion date of October 21, 2011. If the workstations are not available for final termination before this date, coil wiring above ceiling and await direction from the VA. Upon notification that the furniture is installed, terminate the wiring as indicated within one week, but no later than 1 November 2011. (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and is incorporated by reference. The conduct of the procurement will be in accordance with Part 12 of the FAR. (ix) Award will be made on a best value basis and may not be to the lowest price. Technical capability and past performance when combined are approximately equal to price. Evaluation factors are: 1. Technical (demonstrated understanding of technical requirements). Includes (a) Experience, including previous cable installation experience, number of years of experience performing installation of data cables in a complex, data environment, demonstrated experience within similar work environments. (b) Personnel Qualifications: Due to potential access to Sensitive Information and Systems the initiation of a NACI is required for all personnel with access to design information and infrastructure areas of the building. All other contractor personnel with building access require a finger print check. (c) Testing methodology, to show how Contractor will ensure cabling meets cat 6 standards. 2. Past Performance Past performance references for work similar in cost and technical scope shall identify the name and point of contact phone number, contract or delivery order number, a brief scope of contract, and contract value. The Government may also use any relevant information in its possession or in the public domain. 3. Price. (x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs Application (ORCA) at http://www.bpn.gov and reference it in your quote. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xi) 52.212-4, Contract terms and Conditions - Commercial Items applies. (xii) 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Item applies. The following FAR clauses identified at paragraph (b) of FAR 52.212-5 are considered checked and are applicable to this acquisition: (7) 52.209-10, (21) 52.219-28, (24) 52.222-3, (25) 52.222-19, (26) 52.222-21, (27) 52.222-26, (29) 52.222-36, (36) 52.223-18, (37) 52.225-1, (40) 52.225-13, (46) 52.232-34 and paragraph (c) (1) 52.222-41, (2) 52.222-42, (4) 52.222-44. (xiii) The following VAAR clauses and provisions are incorporated by reference and apply to this solicitation, any subsequent award and the contractor to which award is made: 852.203-70 Commercial Advertising, 852.211-72 Technical Industry Standards, 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business, 852.237-70 Contractor responsibilities, 804.1102 Verification of Status of Apparently Successful Offeror, 852.270-1 Representative of Contracting Officers, 852.273.74 Award Without Exchanges,852.273-75 Security Requirements for Unclassified Information Technology Resources, 852.273-76 Electronic Invoice Submission. Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this solicitation. (xv) PROPOSALS: Proposals shall include (1) PRICE. The price for the total project stated as one lump sum amount. Lump sum price includes delivery, installation and training and any other items as defined in the SOW. (2) TECHNICAL CAPABILITY. Complete item descriptions and technical characteristics plus any other information that will assist evaluation of technical capability. Include a list of all personnel who will work on this project and any current security clearances with expiration dates. (3) PAST PERFORMANCE. Provide a list of at least three similar projects installed within the past three years. The description of past projects shall include the type work, location and description, name of the contracting agency or business, and agency point of contact with name and telephone number. (4) BUSINESS INFORMATION. Include Business Name, DUNS Number, Business Address, Business Phone, Offerors name, Date. CAUTION TO CONTRACTORS. The purchasing activity is not responsible for locating or securing any information that is not identified in the quote and reasonably available to the purchasing activity. Proposals are due Friday, September 9, 2011 at 3:00 pm CDT and shall be submitted via electronic mail to: Kathryn Crowthers, Contracting Officer, kathryn.crowthers@va.gov or via postal mail or courier to: Department of Veterans Affairs Contracting Office (90D), ATTN: Kathryn Crowthers - Cable Pulls Building 89, 708 South Third Street Suite 200E, Minneapolis, MN 55415. FAX OFFERS WILL NOT BE ACCEPTED. (xvi) Point of contact for this solicitation is Kathryn Crowthers, kathryn.crowthers@va.gov. All requests for information must be in writing submitted via email to Kathryn.Crowthers@va.gov, with subject "VA263-11-RP-0812 Cable Pulls Building 89."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26311RP0812/listing.html)
 
Document(s)
Attachment
 
File Name: VA-263-11-RP-0812 VA-263-11-RP-0812_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=252341&FileName=VA-263-11-RP-0812-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=252341&FileName=VA-263-11-RP-0812-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Minneapolis VA Medical Center;One Veterans Drive;Minneapolis, MN
Zip Code: 55417
 
Record
SN02567279-W 20110910/110909000117-3836164c26a40c22dd1a35fd55d3ccdf (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.