SOLICITATION NOTICE
D -- SCHOFIELD BARRACKS BLDG 582 TR REMEDIATION
- Notice Date
- 5/21/2025 5:11:35 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 0413 AQ HQ RCO-HI FORT SHAFTER HI 96858-5025 USA
- ZIP Code
- 96858-5025
- Solicitation Number
- W912CN25Q0019
- Response Due
- 6/5/2025 12:00:00 PM
- Archive Date
- 06/20/2025
- Point of Contact
- Maletta Chan, Phone: 8087878873, Chris Doyle, Phone: 8087878836, Fax: 8086561060
- E-Mail Address
-
maletta.a.chan.civ@army.mil, christopher.s.doyle.civ@army.mil
(maletta.a.chan.civ@army.mil, christopher.s.doyle.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- TR REMEDIATION FOR BLDG 582 ON SCHOFIELD BARRACKS, HAWAII. SEE ATTACHED PWS FOR DETAILS. SITE VISIT SCHEDULED FOR 30 MAY 2025 @ 10AM BLDG 582, SCHOFIELD BARRACKS, HAWAII. FAR 52.237-1 SITE VISIT - Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. FAR 52.212-1, INSTRUCTIONS TO OFFERORS � Commercial Items: 1.1. INSTALLATION 1.2. The contractor will complete the following requirement(s) as stated below: 1. The existing backboard shall be removed and a NEW 4�x8 fire-rated backboard shall be installed in its place. 2. The existing wall-mounted rack shall be removed and replaced with a NEW wall-mounted network cabinet; any existing network equipment on the legacy rack shall be removed prior to removal of the legacy rack. 3. Equipment removed from the legacy rack shall be re-installed in the new enclosed network cabinet; the existing Cisco switch shall be bonded to the Rear Bonding Busbar (RBB); and all cables shall be reconnected to their respective positions prior to disconnection. 4. A NEW L5-20R PDU shall be installed in the enclosed network cabinet with the appropriate accessories/adapters. 5. The electrical outlet shall be converted to support the newly installed L5-20R Power Distribution Unit (PDU). 6. A NEW 2-hole, copper Primary Bonding Busbar (PBB) shall be installed and bonded to the appropriate power panel and shall use #2 AWG grounding cable enclosed in a 1� Electrical Metallic Tubing (EMT). 7. A NEW 2-hole lug, copper Rear Bonding Busbar (RBB) shall be installed in the cabinet and bonded to the PBB; a #6 AWG grounding cable shall be used for this bonding. 8. Ten (10) NIPR drops shall be installed and labeled in multiple locations and shall utilize a 2-port and 4-port faceplate configuration where specified. 9. Category 6 (CAT6) cabling shall be used, and its color will be GREEN to adhere to the Network Enterprise Center (NEC)�s standard for data cabling. 10. Cabling Pathways should utilize the appropriate materials (i.e. j-hooks, EMT, cable trays, etc.) for traversing the building infrastructure from the cabinet to termination points. EVALUATION FACTORS FOR AWARD: The provision at FAR 52.212-2 Evaluation � Commercial Products and Commercial Services (NOV 2021) applies to this acquisition. Addendum to FAR 52.212-2, Evaluation � Commercial Products and Commercial Services (NOV 2021) Pursuant to FAR 12.302(d), the provision at FAR 52.212-2 is augmented as follows: Basis for Award: Procedures in FAR 13.106 are applicable to this procurement. The Government will award a firm-fixed-price (FFP) contract resulting from this solicitation to the responsible Quoter (as determined within the meaning of FAR Part 9, paragraph 9.104), whose quote conforming to the solicitation is the best value considering price and other factors. The following factors shall be used to evaluate quotes: The specific evaluation criteria for these factors is defined below: 1. Technical Capability Factor (Services): The Government will evaluate the quote to see if the quote and supporting documentation meet the technical requirements identified in paragraph (v) of this solicitation and Performance Work Statement. 2. Minimum Requirement: All proposals will be evaluated on the following criteria for technical acceptance: � Detailed Scope of Work (SOW) of their proposed solution � Engineered Drawing of their proposed solution (conduit, j-hook, TR location, drop location, etc.) � Bill of materials (BOM) breakdown (manufacturer, part #, quantity, price) � Labor breakdown (title, work hours, hourly rate, cost) � Total cost (shipping, rental cost if any, misc., etc.) � PDF or Auto Cad is acceptable for soft copies for review prior to final walkthrough. Final deliverables (post award) must have 2 sets of hard copies to include cd�s of as-builts, test results, rack elevation drawing. 2. Price Factor: The Government will evaluate the total overall price for completeness and to determine if it is fair and reasonable IAW FAR13.106-3(a). If competitive quotes are not received, the Government reserves the right to utilize other methods identified in the FAR to determine price reasonableness. Award will be to the lowest priced technically acceptable offeror. Clause 52.212-3 Offeror Representation and Certifications � Commercial Items (if not entered into System for Award Management (SAM). If any representation or certification cannot be completed in SAM, fill in the provision provided in the RFP and submit with the proposal. Responsibility Determination Narrative. For purposes of conducting responsibility determination, submit a 1-page narrative addressing the following. The responsibility determination will only be conducted on the apparent successful contractor. a. Adequacy of financial resources to perform the contract, or the ability to obtain them; b. Ability to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; c. Adequacy of the company/firm�s performance record. d. Description of how the company/firm maintains integrity and business ethics. e. Adequacy of the company/firm�s organization, experience, and technical skills, or the ability to obtain them (including, as appropriate, such elements as quality assurance measures and safety programs applicable to materials to be delivered and services to be performed by the prospective contractor and subcontractors). Any questions should be addressed to POC Maletta Chan 808-787-8873.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e7f599c3aa244f95add1eba222c18ed1/view)
- Place of Performance
- Address: Schofield Barracks, HI 96857, USA
- Zip Code: 96857
- Country: USA
- Zip Code: 96857
- Record
- SN07450745-F 20250523/250521230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |