Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
MODIFICATION

N -- TNARNG Coaxial Cable Installation

Notice Date
3/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Tennessee, PO Box 40748, Nashville, Tennessee, 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-12-T-0007
 
Archive Date
4/24/2012
 
Point of Contact
Jonathan Forren, Phone: 6153130815, Terri Hover, Phone: 6153132658
 
E-Mail Address
jonathan.forren@us.army.mil, terri.hover@us.army.mil
(jonathan.forren@us.army.mil, terri.hover@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SYNOPSIS This is a combined synopsis/solicitation for a firm fixed priced contract for commercial items/installation prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being solicited and a written solicitation will not be issued. This solicitation document numbered W912L7-12-T-0007 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. The Tennessee Army National Guard has the following requirements. This requirement is being advertised as a veteran owned (including Service Disabled Veteran Owned) small business set-aside; the North American Industry Classification System (NAICS) Code is 238210 with a Small Business Size Standard of $14 million dollars. All responsible sources may submit an offer, which shall be considered by this Agency. The following clauses are applicable to this acquisition: FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JUN 2006) (Deviation) 52.219-22 -- Small Disadvantaged Business Status (OCT 1999) 52.222-41 Service Contract Act of 1965 and DFARS 252.212-7001 (Dev) Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2006) (Deviation), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Offeror MUST provide Tax ID, and CAGE Code with quote. ORCA certification is also a requirement and may displace award if the vendor is not current. It is not required to supply a copy of ORCA with quote. A current DUNS number is sufficient; see https://orca.bpn.gov/login.aspx to check/update your company's status. Offers will be evaluated using the evaluation criteria outlined in FAR 13. Contracting Officer is not responsible to gather any information not supplied by the vendor. Technical acceptability will be determined by contracting officer. The agreement will be made to the offeror whose quote is most advantageous to the Government.. Point of contact is Jonathan Forren at (615) 313-0815. Site Visit will be conducted on Monday, April 2, 2012 at 9:00AM Central Time. Interested vendors are encouraged to attend and survey the proposed installation location. The site visit shall begin in the lobby of the Hugh Mott Building at 3041 Sidco Dr. Nashville, TN 37204. Quotes are due in this office no later than Monday, April 9, 2012 by 3:30 Central Time. Please email quotes to jonathan.forren@ua.army.mil Project: Coaxial Cable Installation of Old Wings of Houston Barracks Statement of Work 1.1. Project Background. The Tennessee National Guard is expanding its Cable Television Campus Distribution system for a portion of Houston Barracks. This will eliminate the need for multiple head-end systems, as well as improve overall quality for the receiving customers. Terms included in this scope are as follows: South Wing - Old JFHQ Building East Wing - Clement/Nunnley Wing (C-Wing) North Wing - Old USPFO, Warehouse, and Mailroom 2. Scope of Work. 2.1. Provide and install Coax Cable runs to designated offices on the first floor of the South Wing. The cable runs will have the following salient characteristics: 2.1.1. RG-6 Coax cable. 2.1.2. Quad-shielding. 2.1.3. Rated for in-ceiling installations. 2.1.4. All terminations will be made with ‘Snap and Seal' style compression F-connectors. 2.1.5. Each designated office will be terminated at a single-gain style junction box with a female F-connector output. 2.1.6. Each designated office will be a home-run. 2.1.7. All home-runs will be tied into a contractor supplied distribution splitter located in a designated centralized area. 2.1.8. All cables will be labeled at distribution point. 2.1.9. All cables will be suspended from the ceiling using appropriate tracks and/or hooks and/or conduit. No wires are allowed to be touching the ceiling tiles. 2.2. Provide and install Coax Cable runs to designated offices on the second floor of the South Wing. The cable runs will have the following salient characteristics: 2.2.1. RG-6 Coax cable 2.2.2. Quad-shielding 2.2.3. Rated for in-ceiling installations 2.2.4. All terminations will be made with ‘Snap and Seal' style compression F-connectors 2.2.5. Each designated office will be terminated at a single-gain style junction box with a female F-connector output. 2.2.6. Each designated office will be a home-run. 2.2.7. All home-runs will be tied into a contractor supplied distribution splitter located in a designated centralized area. 2.2.8. All cables will be labeled at distribution point. 2.2.9. All cables will be suspended from the ceiling using appropriate tracks and/or hooks and/or conduit. No wires are allowed to be touching the ceiling tiles. 2.3. Provide and install Coax Cable runs to designated offices throughout the North Wing. The cable runs will have the following salient characteristics: 2.3.1. RG-6 Coax cable. 2.3.2. Quad-shielding. 2.3.3. Rated for in-ceiling installations. 2.3.4. All terminations will be made with ‘Snap and Seal' style compression F-connectors 2.3.5. Each designated office will be terminated at a single-gain style junction box with a female F-connector output. 2.3.6. Each designated office will be a home-run. 2.3.7. All home-runs will be tied into a contractor supplied distribution splitter located in a designated centralized area. 2.3.8. All cables will be labeled at distribution point. 2.3.9. All cables will be suspended from the ceiling using appropriate tracks and/or hooks and/or conduit. No wires are allowed to be touching the ceiling tiles. 2.4. Provide and install Coax Cable runs to designated offices on the first floor of the East Wing. The East Wing currently has cable installed from the office locations to areas within the hallway. Connecting these runs to the main distribution point for this wing is the scope for this wing. The cable runs will have the following salient characteristics: 2.4.1. RG-6 Coax cable. 2.4.2. Quad-shielding. 2.4.3. Rated for in-ceiling installations. 2.4.4. All terminations will be made with ‘Snap and Seal' style compression F-connectors. 2.4.5. Each designated office will be a home-run. 2.4.6. All home-runs will be tied into a Government Furnished distribution splitter located in a designated centralized area. 2.4.7. All cables will be labeled at distribution point. 2.4.8. All cables will be suspended from the ceiling using appropriate tracks and/or hooks and/or conduit. No wires are allowed to be touching the ceiling tiles. 2.5. Provide and install Coax Cable runs to designated offices on the second floor of the East Wing. The East Wing currently has cable installed from the office locations to areas within the hallway. Connecting these runs to the main distribution point for this wing is the scope for this wing. The cable runs will have the following salient characteristics: 2.5.1. RG-6 Coax cable. 2.5.2. Quad-shielding. 2.5.3. Rated for in-ceiling installations. 2.5.4. All terminations will be made with ‘Snap and Seal' style compression F-connectors 2.5.5. Each designated office will be a home-run. 2.5.6. All home-runs will be tied into a Government Furnished distribution splitter located in a designated centralized area. 2.5.7. All cables will be labeled at distribution point. 2.5.8. All cables will be suspended from the ceiling using appropriate tracks and/or hooks and/or conduit. No wires are allowed to be touching the ceiling tiles. 2.6. Test the viability of the existing fiber infrastructure and replace as needed to insure proper operation and connectivity between the North, South and East wings and the NOC. 2.7. Provide and install any necessary hardware and/or cabling that may be necessary for proper operation. 2.8. Test all connections previous to completion of project to the satisfaction of the J-6 office, with J-6 representatives present for final testing. 2.9. Vendor shall offer at least one (1) year warranty for all parts and labor. 2.10. Vendors should have recent and relevant past performance. Recent is defined as having performed this type of work within the past two (2) years. Relevant is defined as having performed coax cable distribution wiring of at least Eighty Percent (80%) of the dollar value of the vendor's proposal. 2.11. After contract is awarded, Work on the project must being within 30 calendar days. Work is defined as physical mounting or site preparation. 3. Performance Requirements. 3.1. The TNG Cable TV Campus Distribution environment includes, but is not limited to: 3.1.1. Blonder Tongue fiber and copper transmitters and receivers. 3.1.2. DishNetwork (satellite TV system). 3.1.3. TV / VHF Antenna. 3.2. The selected vendor is required to work collaboratively with team members including: 3.2.1. Staff of the TNG J6 Video Information, Automations Branch, to maintain compliance with all applicable statutory and regulatory standards regarding architecture and security. 3.2.2. The J6 and Deputy J6, who would approve any scope changes. 3.3. TNG can provide workstations and workspace for the vendor's project team, prior coordination is required. 3.4. Security Clearance. All personnel performing on this project must have a minimum-background check. While the actual infrastructure is not classified it is restricted and is subject to NOFORN (not releasable to foreign nationals) limitations. Contractors must validate in writing that support team and any subcontractors comply with this requirement. Also, during the performance of this project, Contractor Team personnel may be required to use or come in contact with proprietary government information. Contractor will process the paperwork for a National Agency Check on all assigned employees. Contractor must have a complete knowledge of, and comply with, all standard DoD security procedures, which include but are not limited to, those as outlined in the below listed DoD Regulation Manuals. Comply (at minimum) with the security practices and procedures outlined in: - DoD 5200.1R Information Security Program - DoD 5200.2-R Personnel Security Program - DoD 5220.22-M National Industrial Security Program Operations Manual (NISPOM) - DD FORM 254 Contract Security Classification Specification 3.5. Maintenance & Support. The Respondent must identify how maintenance and support will be provided. If it is through a help desk, the Respondent must provide the hours that it is available. The Respondent must identify if support is provided by a help desk, by telephone or by Internet access. The Respondent must provide the country of the help desk operators. Maintenance should include fixes and enhancements to the infrastructure, i.e. firmware upgrades, etc. 3.6. Training. The Contractor shall provide a description of the training that will be provided. TNG requires onsite ‘Train the Trainer' administrator training with configuration assistance to the J6. To ensure that training meets the needs of the TNG, the Training Process shall be followed. See Appendix C. Travel must be included in the quote, per diem and incidentals will be included in the quote. 3.7. Problem/Issue Resolution/Non-Compliance. A primary goal of the TNG is to assure that the project receives high quality services from the Contractor. To this end, the TNG will work in partnership with the Contractor to meet this goal. The partnership is defined by the Contract and it is important that communication between the Contractor and the TNG be open and supportive. Should contract non-compliance be an issue, the TNG will make every effort to resolve the problem. 3.7.1. Non-compliance Issues. Contractor non-compliance with the specifications and terms and conditions outlined in the contract may result in the imposition of remedies as explained below in subparagraph 3.7.2. The TNG must be promptly notified of any procedural changes outside the technical requirements listed herein. 3.7.2. Resolution for contract Non-compliance. The TNG will be responsible for monitoring the Contractor's performance and compliance with the terms, conditions, and specifications of the contract. 3.7.2.1. For any infractions not immediately remedied by the Contractor, the TNG will notify TNG-USPFO through a complaint to Contractor to help resolve the infraction. 3.7.2.2. TNG-USPFO will impose upon the Contractor remedies for non-compliance regarding contract specifications and terms and conditions. Remedies imposed will be in proportion with the severity of the non-compliance and may be progressive in nature. 4. Deliverables Matrix. 4.1. All deliverables shall be approved by the TNG in order for the task which produced them to be considered complete. In all cases, payments to the Contractor shall be contingent upon TNG approval of deliverables. No review will be considered complete until the approved documentation is delivered to and reviewed by the TNG-J6 and TNG-USPFO. 4.2. The TNG-J6 must approve, in writing, changes to milestones, deliverables or other material changes to the contract prior to implementation of changes. TNG-J6 may require concurrence of the TNG-USPFO in any changes prior to their implementation. 5. Hardware Requirements. The respondent needs to provide the minimum hardware configurations, including operating systems, required for the Fiber to Cable TV Campus Distribution Network to function properly. 6. Unauthorized Disclosure. The Contractor shall not publish or disclose in any manner, without the Contracting Officer's written consent, the details of any safeguards either designed or developed by the Contractor under this contract or otherwise provided by the TNG. To the extent required to carry out a program of inspection to safeguard against threats and hazards to the security, integrity, and confidentiality of the TNG data, the Contractor shall afford the TNG access to the Contractor's facilities, installations, technical capabilities, operations, documentation, records, and databases. If either the TNG or the Contractor discovers new or unanticipated threats or hazards, or if existing safeguards have ceased to function, the discoverer shall immediately bring the situation to the attention of either party. 7. Evaluation Criteria. The TNG will use the following "best value" criteria to evaluate each proposal received according to the relative weightings indicated. 7.1. Experience and Past Performance. Detail your successes on similar projects that demonstrate knowledge, skills, experience, and superior performance in support of DoD information systems, especially those managed by TNG and/or requiring independent CMMI Level 3 or higher certification. Demonstrate the relationship of this experience to the accomplishment of the requirements of this task order. Describe no more than 5 examples of such experience, and include project names and customer points-of-contact for all projects described. Balance the numbers of projects described per participant (prime or sub-contractor) based on the proposed percentage of work each participant is to accomplish. Relative weighting - 30% 7.2. Management Approach. Describe your software development management approach. Include descriptions of the practices you have in place to help provide for the smooth start-up of services, the retention of personnel, the management and mitigation of risks, and the surety of the successful conduct of the task. Describe how you would interface with the Government, other ITS contractors, and subcontractors, etc. If personnel qualifications are described as part of the response to this criterion, sanitized resumes for key personnel, if provided, will be compared against the requirements of the SOW. Identify any teaming partners or subcontractors you propose using, and which positions and labor categories they would hold. Relative weighting - 25% 7.3. Technical Expertise. The contractor will be evaluated on their knowledge DoD communications and security standards, policies, and processes, and logistics'-specific DoD and industry standards, policies, and processes. Implementation of system security required by the AR 25 series of instructions, Hand-Held Terminals, Electronic Data Interchange (EDI), and hardware/software troubleshooting. The contractor shall also be evaluated on their understanding of industry standard Information Technology best practices as it pertains to these tools. Relative weighting - 25% 7.4. Cost, Price and Schedule Considerations. Describe your approach for costing the delivery order; identify any discounts offered off the published rates. Provide enough background information on the proposed costs (e.g. labor categories and rates, delivery schedule, etc.) for the TNG to be able to adequately determine the acceptability of the proposal. The contactor shall provide a schedule in the SOW for the accomplishment of the SOW requirements within the period of performance specified. Relative weighting - 20 % 8. Closeout. The contractor shall submit a final invoice within forty-five (45) calendar days after the end of the project. After the final invoice has been paid the contractor shall furnish a completed and signed Release of Claims to the Contracting Officer. This release of claims is due within fifteen (15) calendar days of final payment.  Appendix A - Cable TV Network Diagram Appendix B - Training Process Please see attachment for diagrams Contracting Office Address: USPFO Tennessee 3041 Sidco Dr. Nashville, TN 37204 Place of Performance: JFHQ Houston Barracks 3041 Sidco Dr. Nashville, TN 37204 POC: Jonathan Forren Jonathan.forren@us.army.mil 615-313-0815
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-12-T-0007/listing.html)
 
Place of Performance
Address: JFHQ Houston Barrack, 3041 Sidco Dr., Nashville, Tennessee, 37204, United States
Zip Code: 37204
 
Record
SN02700487-W 20120322/120320234905-028db6d5c0dd5d5419ecc59ec544920b (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.