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
SOLICITATION NOTICE

59 -- Purchase and Installation of Data & Voice Cabling - Listing of Cable Items

Notice Date
9/8/2011
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
 
ZIP Code
20537
 
Solicitation Number
D-11-NE-0209
 
Archive Date
9/26/2011
 
Point of Contact
Paula C McMillan, Phone: 202-307-7810
 
E-Mail Address
paula.mcmillan@usdoj.gov
(paula.mcmillan@usdoj.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Cable STATEMENT OF WORK INSTALLATION OF DATA / VOICE CABLING AND TELEPHONE PROGRAMMING IN ROOMS 449, 450, 451, 507, AND 508 The Drug Enforcement Administration (DEA), Office of Acquisition & Relocation Management, Acquisition Management Section, hereby issues this Request for Quotation (RFQ). The RFQ number is D-11-NE-0209. 1. INTRODUCTION This Statement of Work (SOW) supports the installation of new data and voice cabling for the renovation of rooms 449, 450, 451, 507 and 508. The SOW provides Contractor performance requirements for the project at the El Paso Intelligence Center. 2. SCOPE OF WORK The Contractor shall provide new materials, installation services, testing, and telephone programming/relocation to accommodate 30 new work stations in the renovated rooms. Work will be scheduled by EPIC and will include all materials, labor, and equipment provided by Contractor. 3. REQUIREMENTS A. Location of the project: DEA/El Paso Intelligence Center El Paso, Texas 79908-8098 B. A site inspection of the project will be conducted by the Government prior to quoting on the project. C. The requirements are for cabling in rooms 449, 450, 451, 507, and 508 which will be renovated to create new offices. Data and telephone cabling in rooms 507 and 508 must be completed before remaining rooms. Telephone extension programming must be performed after completion of voice cabling. D. The Contractor shall provide skilled, experienced personnel capable of providing all data / voice cabling and telephone relocation / programming. E. Work shall be scheduled by EPIC to be performed during regular working hours. F. The Contractor shall exercise care around electrical, data, and telecommunication cabling located above the ceiling. Contractor shall collect all demolition debris and remove from the premises. G. Contractor will be responsible to provide all materials, equipment, and labor to complete the following requirements: Room 451 There are currently twenty-one (21) unclassified lines, and seven classified lines available. To accommodate five individuals, the requirement is for three classified lines, the unclassified lines are sufficient for the standard 4/2. Room 450 There are currently twelve (12) unclassified lines and four classified available. To accommodate eight individuals, the requirement is for twenty (20) unclassified and twelve (12) classified runs. Room 449 There are currently forty-five (45) unclassified lines, to include the ones in the wall, and twenty-two (22) classified. To accommodate fifteen (15) individuals, the requirement is for fifteen (15) additional unclassified and eight classified runs. Total feet PC Row Hallway 148 feet Admin Hallway 42 feet Closet B 22 feet Rm 449 72 feet Rm 450 108 feet Rm 451 126 feet Rm 449 94' x 15 1410 unclassified 94' x 8 752 classified Rm 450 130' x 20 2600 unclassified 130' x 12 1560 classified Rm 451 148' x 3 444 classified Approximately 24,746 feet unclassified cable Approximately 13,366 feet classified cable Three 48-port patch panels for unclassified and three 2U BlackBox Horizontal cable management Four 16-port AMP patch panels for classified and four 1U BlackBox horizontal cable management Room 507 Currently four unclassified and two classified available. The requirement if for twenty-four (24) unclassified and thirteen (13) classified to accommodate seven individuals. Room 508 (New Training Rm) Currently eight unclassified and three classified lines available. The requirement is for forty-eight (48) unclassified and twenty-four (24) classified runs to accommodate twelve training stations. Also, power supply will be needed to accommodate the workstations. Room 508 (New Supply) The requirement is for eight unclassified and four classified runs to accommodate two individuals. Total feet PC Row Hallway 148 feet Admin Hallway 42 feet Closet 22 feet Rm 507 30 feet Rm 508 34 feet New Supply 38 feet New supply Rm 270 feet x 8 2160 unclassified 270 feet x 4 1080 classified Training 266' x 48 12768 unclassified 266' x 24 6384 classified Rm 507 242' x 24 5808 unclassified 242' x 13 3146 classified Approximately 24,746 feet unclassified cable Approximately 13,366 feet classified cable Three 48-port patch panels for unclassified and three 2U Black Box Horizontal cable management Four 16-port AMP patch panels for classified and four 1U Black Box horizontal cable management 4. CONTRACT DELIVERABLES The Contractor shall be responsible for providing qualified personnel who are knowledgeable and have hands-on experience of all aspects of data and voice cabling. The Contractor will provide all materials, field work, and labor for completion of the project. 5. SITE VISIT A site visit will be conducted by the Government before the date for submittal of a quotation to accomplish this project. The site visit is scheduled for Monday, September 12, 2011 at 1:00 pm. Please be prepared to provide the following information: driver's license, automobile insurance, vehicle registration, company name, address, telephone number and email address. Please contact Grace Martinez at (915) 760-2037 or George Godinez at (915) 760-2137 for further instructions. 6. SECURITY REQUIREMENTS The Contractor shall be required to provide a list of all contract personnel requiring access to EPIC. The list of contract personnel shall include the following Personnel Identification Information (PII); full name to include nicknames/AKAs, SSN, DOB, current address/residency, and POB. The PII will be used to conduct a security review for all contract personnel requiring access to EPIC. DEA is the final authority on granting access or denying access to EPIC. All Contractor labor personnel participating in this project shall be U.S. citizens (native born or naturalized). All personnel shall be required to complete an SF-85 form prior to commencing work. This means that workers will not be able to physically work until EPIC security has approved or disapproved their SF-85. It is imperative that the completed SF-85 be in this office at least 1-2 weeks prior to the start date of the contract. All contract personnel shall be escorted at all times. Access to classified information, DEA IT systems, or Open Storage Areas is not authorized. 7. QUOTATION In accordance with Simplified Acquisition Procedures, the DEA intends to issue a purchase order as described in the Federal Acquisition Regulation, FAR Part 13. The NAICS code is 238210 and the size standard is $14 Million Dollars. Wage Determination 2005-2511, Rev. 15, dated 06/13/11 is applicable to this solicitation. Evaluation of quotations will be based on Technical Capability and Price. The delivery requirement is all or none. Any questions regarding this RFQ must be addressed to Paula McMillan, in writing at paula.mcmillan@usdoj.gov by September 13, 2011. Quotes shall be submitted electronically to paula.mcmillan@usdoj.gov by September 16, 2011 at 2:00pm, EST. The Government anticipates award of a single firm fixed price purchase order based on best value. The contractor shall provide pricing in accordance with the attached listing of cable. All interested sources shall submit a quotation which will be considered. The Government may reject all offers received in response to this solicitation, if doing so is in the best interest of the Government. This solicitation does not commit the Government to pay any costs incurred in the submission of a proposal. No telephone or fax requests will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/D-11-NE-0209/listing.html)
 
Place of Performance
Address: El Paso, Texas, United States
 
Record
SN02567643-W 20110910/110909000554-264688191cec31268ae4906c66146c5d (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.