Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
SOLICITATION NOTICE

70 -- Fiber Optic Structured Cabling System - Provisions & Clauses

Notice Date
7/7/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-16-T-0203
 
Archive Date
8/24/2016
 
Point of Contact
Nicole G. Hernandez, Phone: 5756784979
 
E-Mail Address
nicole.g.hernandez2.civ@mail.mil
(nicole.g.hernandez2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Provisions & Clauses (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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) The solicitation number is W911QX-16-T-0203. This acquisition is issued as an request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88 effective 16 May 2016. (iv) The associated NAICS code is 238210. The small business size standard is $15,000,000.00. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): N/A (vi) Description of requirements: The High Performance Network Branch (RDRL-CIH-N) of The Computer Sciences Division (CSD) within The U.S. Army Research Laboratory's Computational and Information Sciences Directorate's (CISD) requires the implementation of Single Mode Fiber in an effort to provide high speed redundant connections with the Adelphi's Laboratory Center's (ALC) networks. Currently, ALC, located in Adelphi, Maryland, utilizes Multi-mode Fiber which does not allow for the provision of high speeds to users. Furthermore, ALC infrastructure currently relies on a single core device, which can result in a single point of failure and a higher probability of loss of connectivity or network service. C.2 Objective The objective of this effort is to address ALC network's simultaneous speed and redundancy issues. Installation of Single Mode Fiber Backbone Infrastructure will accommodate the addition of a second core, which will provide users connectivity in the event of a failure of core one. In the end, network users will experience faster, more reliable connectivity. C.3 Installation of Single Mode Fiber Optic Cabling and Fiber Optic Patch Panels in ARL-ALC buildings C.3.1 The Contractor shall provide and install plenum-rated single mode fiber optic, hereinafter referred to as "fiber optic," cabling in compliance with the Telecommunications Industry Association/Electronic Industries Alliance (TIA/EIA) 568 suite of specifications at the following locations: • 288 fiber optic strands between Building 204/1D028B and Building 207/Z4C22, going through the manhole • 192 fiber optic strands between Building 204/1D028B and Building 202/3F051 • 72 fiber optic strands between Building 204/1D028B and Building 204/3D051 • 12 fiber optic strands between Building 204/1D028B and Building 200 (Guard Hut), going through the manhole • 24 fiber optic strands between Building 204/1D028B and Building 205/1A013 • 72 fiber optic strands between Building204/3D051 and Building 204/3C015 • 72 fiber optic strands between Building 204/3D051 and Building 204/3C123 • 72 fiber optic strands between Building 204/3D051 and Building 207/Z4C22 • 24 fiber optic strands between Building 204/3C015 and Building 204/2C015 • 24 fiber optic strands between Building 204/3C015 and Building 204/4C015 • 24 fiber optic strands between Building 204/3C123 and Building 2042C123 • 24 fiber optic strands between Building 204/3C123 and Building 204/4C123 • 120 fiber optic strands between Building 202/3F051 and Building 205/3T23 • 24 fiber optic strands between Building 205/3T23 and Building 205/1T23 • 24 fiber optic strands between Building 205/3T23 and Building 205/2T23 • 24 fiber optic strands between Building 205/3T23 and Building 205/4T23 • 24 fiber optic strands between Building 205/3T23 and Building 205/5T23 • 72 fiber optic strands between Building 202/3F051 and Building 205/3E028 • 24 fiber optic strands between Building 2053E028 and Building 205/2E028 • 24 fiber optic strands between Building 205/3E028 and Building 205/4E028 • 72 fiber optic strands between Building 202/3F051 and Building 202/3G015 • 24 fiber optic strands between Building 202/3G051 and Building 202/2G015 • 24 fiber optic strands between Building 202/3G051 and Building 202/4G015 • 72 fiber optic strands between Building 202/3F051 and Building 202/3G123 • 24 fiber optic strands between Building 202/3G123 and Building 202/2G123 • 24 fiber optic strands between Building 202/3G123 and Building 202/4G123 • 144 fiber optic strands between Building 207/Z4C22 and Building 202/3F051 • 24 fiber optic strands between Building 207/Z4C22 and Building 207/Z1A020 • 24 fiber optic strands between Building 207/Z4C22 and Building 207/Z2A032 • 24 fiber optic strands between Building 207/Z4C22 and Building 207/Z2B024 • 24 fiber optic strands between Building 207/Z4C22 and Building 207/Z2C07 • 24 fiber optic strands between Building 207/Z4C22 and Building 207/Z2D02 • 24 fiber optic strands between Building 207/Z4C22 and Building 207/Z3A07 • 24 fiber optic strands between Building 207/Z4C22 and Building 207/Z3B060 • 24 fiber optic strands between Building 207/Z4C22 and Building 207/Z3C056 • 24 fiber optic strands between Building 207/Z4C22 and Building 207/Z3C012 • 24 fiber optic strands between Building 207/Z4C22 and Building 207/Z3D06 • 24 fiber optic strands between Building 207/Z4C22 and Building 207/Z4C50 • 24 fiber optic strands between Building 207/Z4C22 and Building 207/Z4D03 C.3.1.1. The contractor shall perform an on-site visit to obtain measurements for all required fiber optic strands and cables prior to placing any order(s) for these materials. The contractor shall be responsible for any incorrect measurement that requires new material be ordered to complete the requirements outlined in this PWS. C.3.1.2 All fiber optic cabling that goes through man holes shall be indoor/outdoor rated cables. All other cabling shall be rated for indoor usage. C.3.1.3 All fiber optic cabling shall be installed through the existing conduit and tray system within and in between buildings. C.3.1.4 All fiber optic cabling shall be terminated in the appropriate number of connectors at each end. C.3.2 The Contractor shall provide and install the following Fiber Optic Patch Panels: • Two (2) Fiber Optic Patch panels in Building 204/3D051 • Two (2) Fiber Optic Patch panels in Building 202/3F051 C3.3 Testing • The Contractor shall perform fiber optic testing upon completion of the requirements in paragraph C.3.1 and C.3.2 in order to determine if any cabling was damaged during the installation process and provide a copy of the testing report to the COR no later than (NLT) one (1) day after completion. In the event that any of the cabling was damaged during the Installation, the Contractor shall replace the damaged cabling at no additional cost to the Government. C.4 Anti-Terrorism - Operational Security C.4.1 Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. C.4.1.2 For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. (vii) Period of Performance is three (3) months after date of contract (ADC). Delivery shall be made to Army Research Laboratory (ARL) at Adelphi, MD, 20783-1138. Acceptance shall be performed at Army Research Laboratory (ARL) at Adelphi, MD, 20783-1138. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: N/A (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria (Lowest Price Technically Acceptable) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer determines that past performance need not be evaluated because the supplies being purchased are of a low complexity that past performance information would not make a substantial difference. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and FAR 52.212-3 ALT I with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: N/A (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3 Gratuities (April 1984), 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I (Oct 1995), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011), 52.204-7 System for Award Management (July 2013), 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (Oct 2016), 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015), 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015), 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011), 52.219-8 Utilization of Small Business Concerns (Oct 2014), 52.219-14 Limitations on Subcontracting (Nov 2011), 52.219-28 Post Award Small Business Program Representation (July 2013), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Veterans (Oct 2015), 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014), 52.222-37 Employment Reports on Veterans (Feb 2016), 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), 52.222-50 Combatting Trafficking in Persons (Mar 2015), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), ), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Dec 2012, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013), 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), 52.252-2 Clauses Incorporated by Reference (Feb 1998), 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011), 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011), 252.204-7003 Control of Government Personnel Work Product (Apr 1992), 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015), 252.204-7011 Alternative Line Item Structure (Sep 2011), 252.204-7012 Limitations on the use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Dec 2015), 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014), 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (Jun 2015), 252.215-7007 Notice of Intent to Resolicit (Jun 2012), 252.215-7008 Only One Offer (Oct 2013), 252.222-7007 Representation Regarding Combating Trafficking in Persons (Jan 2015), 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013), 252.225-7000 Buy American-Balance of Payments Program Certificate-Basic (Nov 2014), 252.225-70001 Buy American and Balance of Payments Program-Basic (Nov 2014), 252.225-7012 Preference for Certain Domestic Commodities (Feb 2013), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), 252.232-7010 Levies On Contract Payments (Dec 2006), 252.243-7002 Requests for Equitable Adjustment (Dec 2012), 252.244-7000 Subcontracts for Commercial Items (Jun 2013), 252.247-7023 Transportation of Supplies by Sea (Aug. 1992). (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011); APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002); APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999); APG-ADL-D.5152.004-4400 Distribution Statement A; APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999); APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011); APG-ADL-L.5152.215-4441 US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website; 252.204-0009 Contract Wide: By Fiscal Year (Sep 2009); 252.211-7003 Item Unique Identification and Valuation (DEC 2013); 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 09 August by 10:00 am Mountain Standard Time (MST), via email to nicole. g.hernandez2.civ@mail.mil. Please reference solicitation number W911QX-16-T-0203 on any correspondence. (xvii) For information regarding this solicitation, please contact Nicole Hernandez, nicole.g.hernandez2.civ@mail.mil. Please reference solicitation number W911QX-16-T-0203 on any correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/27d1ac7d98297e2c8524ebe3422adada)
 
Place of Performance
Address: U.S. Army Research Laboratory, Adelphi, Maryland, 20783, United States
Zip Code: 20783
 
Record
SN04174552-W 20160709/160707235530-27d1ac7d98297e2c8524ebe3422adada (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.