Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 26,1996 PSA#1749

Federal Bureau of Prisons, 320 First Street, N.W., Suite 5005, Washington, D.C. 20534

60 -- CABLING SOL ADP-97-002 DUE 010897 POC Phyllis Barnes-Pickett, Contracting Officer (202) 616-6150. 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. This solicitation is issued as a Request for Quote (RFQ) reference no. ADP-97-002. The solicitation document and incorporated clauses and provisions are those in effect through the latest edition of the Federal Acquisition Regulation. The contractor is responsible for all material and labor associated with the installation of a fiber optic network link and subsequent service for the Central Office of the Federal Bureau of Prisons (FBOP), at four locations in Washington, D.C. as follows: HOLC Bldg., 320 First Street, NW, WDC, National Association of Letter Carriers Building (NALC) 100 Indiana Ave., NW, WDC, 500 First Street NW, WDC, and the (Department of Justice) Main Justice, 10th & Constitution Ave., NW, WDC. A breakdown of pricing shall be given for installation of fiber optic cable at the 4 specified locations and for 9 months of subsequent service for fiber network system, token ring environment at the same locations. The contractor will provide the BOP access to the Fiber Distributed Data Interface (FDDI) Network Services (FNS) network via an IEEE 802.5 interface. The FNS FDDI backbone is implented using ANSI X3T9 based technology to the 4 previously identified locations. The FBOP is responsible for the identification and provisioning for a clear intra building path (as approved by the Contractor) for placement of the FNS inner duct, fiber, and equipment. The contractor shall povide a dedicated fiber connection to a token ring MAU and guarantee data privacy by using specialized screening software. The contractor shall provide to the FBOP access to the FNS system via contractor provided dedicated lines with a minimum of 16 Mbps., Token Ring capacity including any necessary contractor source routing equipment as provisioned according to the FNS tariff, P.S.C.-D.C.-No. 203, Section 15A. A 24 hour, 7 day per week system of network management, including fault monitoring and diagnostics, performance and network configuration and manual monitoring when necessary. In the event that the system malfunctions the contractor shall make every effort to restore lost service within four hours. The contractor shall terminate fiber optic network connection for the FBOP LAN interface at the following locations: HOLC Building-370 computer room (NOTE: Contractor shall allow approximately 200' for connection to owner equipment in 370 computer room). Exact length to be confirmed by contractor prior to installation. NALC Building-Second Floor telco closet, 500 First Street-Ninth floor telco closet, and MAIN Justice-Sixth Floor Command Center. The contractor shall ensure that the FNS network backbone, using FDDI technology, shall provide redundancy through counter rotating fiber optic rings. (A) All work performedshall be in accordance with all State, Local and Federal Building and safety regulations. The BOP shall provide to the contractor copies of all applicable governmental policies and regulations upon award. (B) During the term of the contract, the contractor shall be responsible for the retention of any and all specialists and the successful completion of all work done by any of these indviduals and or firms. (C) One primary contact person and his/her alternate shall be identified within 3 calendar days after notification of contract award. (D) The Contractor shall be responsible for cleaning debris from work areas daily. (E) The contractor and his employees shall perform in a professional manner keeping noise and disturbances to a minimum, while at all FBOP sites. (F) The contractor shall be responsible for assuring all persons associated with the project comply with all BOP and governmental policies and regulations while working on site. (G) The contractor and all personnel directly or indirectly employed bythe contractor shall submit to a Security Check in accordance with the BOP Program Statement 3000.2. (1) NCIC (National Crime Information Center Check), (2) DOJ-99 (Name Check), (3) FD-258 (Fingerprint Check), (4) OPM-328 (Authority for Release of Information) and (5) Urinalysis. The contractor shall be responsible for furnishing the FBOP with the name, date of birth, and social security number of any employee or sub-contractor who will be working on the project no less than two (2) working days prior to coming on site for the purpose of the security check. The FBOP reserves the right to deny building access to any and all individuals. (H) The contractor shall be advised that the only elevator authorized to carry supplies, materials, and or work carts shall be the cargo/freight elevator. If this elevator is unavailable, Building Management will designate another elevator which may be utilized. (I) The contractr shall be advised that the HOLC Building has been found to contain asbestos in certain areas. Surveys have been completed to help establish the actual location and extent of contamination. The contractor shall confirm areas of intended work with Management Services prior to any installation. This task shall be performed to ensure safety and proper procedures for working in these areas. J) The Contracting Officer's Technical Representative (COTR) for this project will be Mike Norman (202) 307-0858. All work to be completed in accordance with FAR Clause 52.222-41 "Service Contract Act of 1965 as amended (41 U.S.C. 351, et. seq) reference U.S. Department of Labor Wage Determination # 95-0819 Revision # 1 dated 11/18/96 for the states of MD, DC and VA. FAR clauses incorporated by reference are as follows: 52.246-20 -- Warranty of Services" (APR 1984) effective for a period of not less than two years (from date of acdepted completion). 52.222-6 -- "Equal Opportunity (E.O. 11246)", 52.222-3 -- "Affirmative Action for Special Disabled and Vietnam Era eterans (38 U.S.C. 4212)", 52.222-36 -- "Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37 -- "Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212)", The provision at FAR 52.212-1 -- "Instruction to Offerors -- Commercial Items", applies to this acquisition. Offers are advised that inclusion of a completed copy of the provision at FAR 52.212-4, -- "Contract Terms and Conditions -- Commercial Items" applies to this acquisition. Provision at FAR 52.212-5 -- "Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items" applies to this acquisition. Questions regarding this solicitation may be directed to Phyllis Barnes-Pickett, Contracting Officer, at (202) 616-6150. Quotes are due no later than 4:00 p.m. Eastern Standard Time, 01/08/97. Quotes may be mailed to FBOP, 320 First St., NW, Suite 5005, Washington D.C. 20534, Attn: Phyllis Barnes-Pickett, Contract Specialist, or faxed to (202) 616-6007 (0358)

Loren Data Corp. http://www.ld.com (SYN# 0317 19961226\60-0002.SOL)


60 - Fiber Optics Materials, Components, Assemblies and Accessories Index Page