Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2014 FBO #4725
DOCUMENT

N -- FURNISH AND INSTALL CAT-6 DATA CABLE AT MUSKOGEE RO (351) - Attachment

Notice Date
10/30/2014
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
VA101V15Q0079
 
Response Due
11/14/2014
 
Archive Date
1/13/2015
 
Point of Contact
Matt Keefe
 
E-Mail Address
1-7553<br
 
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 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. II.VA101V-15-Q-0079 III.The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-77 IV.The solicitation is set aside for Service Disabled Veteran Owned Small Business concerns only. The applicable NAIC Code for this solicitation is 238210 the small business size standard is $15 Million. Wage Determination 05-2433, Rev 14 for Muskogee County Oklahoma is made a part of this solicitation by reference. V.Scope of Work: 1.The contractor shall provide all materials, labor, transportation, and testing to furnish CAT 6 plenum horizontal cabling to each location in a renovated space. In order to support the renovation of space at 125 S. Main Street, Muskogee, Oklahoma 74401, the necessary Information Technology (IT) infrastructure needs to be upgraded to CAT 6 plenum data cable. This will include horizontal CAT 6 data cable runs to each location in the renovated space. 2.A total of up to 225 data lines will need to be run from the existing communications closets on the 2nd floor to individual work stations in each specified area. 3.All cost, including provisions, delivery, installation and configuration of proposed requirements will be provided. 4. All existing CAT 5 cabling will be removed from the renovated VBA space in this building from communications closets to existing work stations. This cable will be properly disposed of by selected contractor. 5.This installation will be accomplished in two phases. First, on or about November 17, 2014 demo of existing CAT 5 and initial pull of new CAT 6 will begin. This will be in the same space and same time that the existing work stations are being removed. Second, final installation, termination of each end, installation in telecom closets and new work stations, and final testing to begin on or about December 3, 2014 and conclude December 12, 2014. 6.An as built drawing of new cable runs will be required from the selected contractor. VI.Description of Requirement Cable Installation Requirements. 1.Cable installation of up to 225 UTP plenum CAT 6 drops to 75 designated locations, including the following: install in specific VBA-approved race ways, where race ways are available; bundle and secure from the rack of origin; route and branch to the specified outlet termination location. Cable termination of installed UTP plenum CAT 6 cable pairs at rack termination shelf and outlet location end, including certification and drop labeling at rack termination shelf and with an outlet location per designated naming convention. The cable label naming convention in the closet is defined in section 4 of the VBA Regional Office Cabling Design Guideline. All changes shall be approved by the IRM Project POC. Facility Requirements 1.This cabling and cable infrastructure installation must be accomplished adhering to applicable national, state and local electrical codes and industry standards for the type of cabling used. The contractor is responsible for all necessary permits for all work associated with this project. The installed cabling must be tested and certified. The cable certification must be provided to the VBA IRM Project Lead. 2.A site project manager must be assigned during this installation to manage the daily installation activities and be the point of contact (POC) for the VBA IRM Project Lead. 3.All cabling must be placed either in the installed cable trays or in the provided conduit. In the event that neither is available, cable bundles will be neatly tied and secured with the VBA Project Lead determining that fact. A site visit is strongly recommended to evaluate existing pathways, fully understand coordination required between contractor, other trades, local VBA IRM project team and determine acceptable scheduling. Failure by the Vendor to visit the site and verify actual conditions will not be grounds for increase of cost after award. A walkthrough will be scheduled upon contractor's request. Materials to be supplied by Cabling Contractor 1.Applicable CAT 6 Plenum data cable 2.(12) 24-Port or (6) 48-Port CAT 6 Leviton patch panels 3.All applicable hardware for termination including, jacks. 4.(20) - 7' CAT 6 patch cables, Red in color, w/ molded, slim body-type boot 5.(20) - 10' CAT 6 patch cables, Red in color, w/ molded, slim body-type boot 6.(70) - 5' CAT 6 patch cables, Grey in color, w/ molded, slim body-type boot 7.(70) - 10' CAT 6 patch cables, Grey in color, w/ molded, slim body-type boot 8.(70) - 5' CAT 6 patch cables, Blue in color, w/ molded, slim body-type boot 9.(70) - 10' CAT 6 patch cables, Grey in color, w/molded, slim body-type boot VII.Period of Performance: Award Date to completion date. VIII.FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-1Solicitation Provisions Incorporated By Reference (FEB 1998) 52.232-38Submission of Electronic Funds Transfer Information With Offer (JUL 2013) VAAR 852.270-1Representatives of Contracting Officers (JAN 2008) IX.FAR 52.212-2, Evaluation - Commercial Items, applies to this solicitation. Offers will be evaluated on price only. X.FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer. XI.FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-2Clauses Incorporated by Reference (FEB 1998) 52.232.35 Designation of Office for Government Receipt of Electronic Funds Transfer Information (MAY 1999) 52.232-40Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.215-70Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) VAAR 852.215-71Evaluation Factor Commitments (DEC 2009) VAAR 852.232-72Electronic Submission of Payment Requests (NOV 2012) VAAR 852.237-70Contractors Responsibilities (APR 1984) Fill In : State of Oklahoma XII.52.212-5, Terms and Conditions Required to Implement Executive Orders - Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (4) 52.204-10Reporting Executive Compensation & First Tier Subcontract Awards (JUL 2013) (8)52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (14)52.219-6Notice of Total Small Business Set-Aside (NOV 2011) (19)52.219-14Limitations on Subcontracting (NOV 2011) (22)52.219-28Post-Award Small Business Program Representation (JUL 2013) (26)52.222-19Child Labor - Cooperation with Authorities and Remedies (JAN 2014) (27)52.222-21Prohibition of Segregated Facilities (FEB 1999) (28)52.222-26Equal Opportunity (MAR 2007) (39)52.223-18Contractor Policy to Ban Text Messaging While Driving (AUG 2011) (43)52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) (46)52.232-33Payment by Electronic Funds Transfer - System for Award Management (MAY 1999) Paragraph c clauses applicable: (1)52.222-41Service Contract Labor Standards (MAY 2014) (2)52.222-42Statement of Equivalent Rates for Federal Hires (MAY 2014) Fill-In as follows: This is NOT a Wage Determination. Please refer to WDOL 05-2433 Rev 14 for the minimum required hourly wage rate for Muskogee OK. Telecommunications Mechanic I$32.11/HR XIII.N/A XIV.N/A XV.Offers are due not later than November 14, 2014 4:00 PM CST. Offers may be submitted electronically to matthew.keefe@va.gov Offers may be submitted by mail to the following address Department of Veterans Affairs Central Area Contracting Attn: Matt Keefe, Contracting Officer 125 S. Main Street Muskogee, OK 74401 XVI.For additional information, please contact the Contracting Officer, Matt Keefe (918)-781-7553, or by e-mail to matthew.keefe@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA101V15Q0079/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-15-Q-0079 VA101V-15-Q-0079.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1706572&FileName=VA101V-15-Q-0079-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1706572&FileName=VA101V-15-Q-0079-000.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: VA Regional Office 351;125 S Main Street;Muskogee, Oklahoma
Zip Code: 74401
 
Record
SN03561933-W 20141101/141030235910-c92eb56480bc5ccb38aa23be82d6d4d1 (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.