Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Sonet Ring-Fiber, Inner Duct & Conduit Installation

Solicitation Number: FDA-SOL-08-00845
Agency: Department of Health and Human Services
Office: Food and Drug Administration
Location: Office of Field Finance & Acquisition Services
  • Print
:
FDA-SOL-08-00845
:
Combined Synopsis/Solicitation
:
Added: Aug 04, 2008 5:43 pm
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) 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 requirement is being issued in conjunction with FAR part 13 Simplified Acquisition Procedures, as applicable. The solicitation number is FDA-SOL-08-00845. This solicitation is issued as a Request for Quote (RFQ) and is set-aside for small business concerns.



The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, dated June 12, 2008.



The associated North American Industry Classification System (NAICS) Code is-238210- Electrical Contractors and other Wiring Installation Contractors; Small Business Size Standard is $13.0 million.



The Food and Drug Administration is soliciting for the installation of conduit pathway for sonet ring and fiber innerduct at the National Center for Toxicological Research.



Background:



Located in Jefferson, Arkansas the National Center for Toxicological Research (NCTR) is part of the Jefferson Regional Labs and is a research laboratory and administrative facility of the FDA.



Objectives:



This scope of work provides specifications for a Data cabling infrastructure design to support the installation of fiber and inner duct to support the NCTR/ATT Sonet Ring and the Disaster Recovery Network in Building 54 Room 104 and the Data Center in Building 5C Room 111 and the extension of AT&T Fiber from the southeast corner of NCTR to the Data Center in Building 5C Room 111.



Independently and not as an agent of the government, the contractor shall furnish the necessary personnel, materials, services, facilities, and otherwise do all things necessary for or incident to the performance of the work set forth herein and in the attached statement of work and wage determination.



Contract Type: Commercial Item-Firm Fixed Price. Simplified acquisition procedures will be utilized.



FOB Point destination. To be delivered 45 days or less after receipt of order (ARO). FOB Point of Delivery will be the FDA/NCTR located at 3900 NCTR Road, Jefferson, AR 72079. Payment terms net 30 days.



A one year warranty on parts and workmanship is required.



All responsible sources are encouraged to attend a site visit prior to submitting an offer. An organized site visit has been scheduled for:



Day: Thursday

Date: August 14, 2008

Time: 2:00 P.M. Local Time

Jefferson Laboratory Complex (NCTR)

3900 NCTR Road

Jefferson, AR, 72079



All firms interested in attending the site visit must submit the following information by email to nick.sartain@fda.hhs.gov no later than August 13, 2008. Full name of individual(s) attending, company name and phone number.



The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None



The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows:



The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:



(i) Technical capability of the item/service offered to meet the Government’s requirement.

(ii) Past Performance

(iii) Price.



Technical and Past Performance when combined are of equal importance to price.



Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product and service offered meets the Government's requirement. The Contractor shall have RCDD on staff . The contractor must have ten years of fiber installation experience.



Past Performance

Identify two contracts for which the offeror has performed work similar to the work in this solicitation within the last two years. The two references should include the information for each contract:

1. Organization name

2. Point of contact

3. Telephone number





The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the product and/or service meets the technical requirements. Offerors shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The government reserves the right to make an award without discussions.



The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors shall complete and return a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act-Supplies," the offeror shall so state and shall list the country of origin.



The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following addenda have been attached to the clause.



THE SUPPLIES AND/OR SERVICES DELIVERED HEREUNDER SHALL BE INSPECTED AND ACCEPTED AT DESTINATION BY THE CONTRACTING OFFICER’S REPRESENTATIVE (COR) SPECIFIED BELOW. IF THE SUPPLIES OR SERVICES ARE ACCEPTABLE, THE COR SHALL PROMPTLY FORWARD A REPORT OF INSPECTION AND ACCEPTANCE TO THE PAYING OFFICE. IF THE SUPPLIES OR SERVICES ARE NOT ACCEPTABLE, THE COR SHALL DOCUMENT THE NONCONFORMING ITEMS/SERVICES AND IMMEDIATELY NOTIFY THE CONTRACTING OFFICER.





The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-1, 52.225-13, 52.232-33, 52.222-41. The following additional provisions and/or clauses apply: 52.204-7, 52.237-1 and 52.237-2. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov/far/



CCR Requirement - Company must be registered in the Central Contractor Registration (CCR) system before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.



The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice.



It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any).



Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration.



All responsible sources may submit an offer, which shall be considered. The offer must reference solicitation number FDA-SOL-08-00845. The Offers are due in person, by postal mail, fax or email to the point of contact listed below on or before August 21, 2008 by 13:00 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OSS/OFFAS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502.



For information regarding this solicitation, please contact Nick Sartain at (870) 543-7370, FAX (870) 543-7990 or email nick.sartain@fda.hhs.gov.

























Added: Aug 07, 2008 1:45 pm
The purpose of this amendment is to revise the statement of work to clarify that the fiber should be singlemode. See the attached revised statement of work for further details. Quotes should provide a detailed cost breakdown for materials as shown in the bill of material section of the statement of work.
Added: Aug 11, 2008 2:19 pm
The purpose of this amendment is to provide the campus layout to all interested vendors.
Added: Aug 18, 2008 5:42 pm
The purpose of this amendment is to extend the due date until August 25, 2008 at 1:00PM Central Time.
Added: Aug 19, 2008 5:00 pm
Amendment 4 attached.
Added: Aug 21, 2008 4:59 pm
The purpose of this amendment is to revise the bill of material in the statement of work and provide questions and answers. See Attachments



The due date is extended until August 27, 2008 at 1:00PM Central Time.



Last day for receipt of questions is August 22, 2008 at 1:00PM.

Added: Aug 25, 2008 11:59 am
Questions and Answers



1. In the Revised Statement of Work is specifies Single Mode fiber optic cable, outside application, hard jacket - loose buffer, 24 fibers.



Could you define "hard jacket"?



Is it an armored fiber?



Response- The cable doesn't need to be armored cable.



Loose tube cable with hard buffer tubes is what is meant by loose buffer hard jacket.

Loose Tube Cable contains one or more hard buffer tubes. The hard buffer tubes are also filled with a gel to provide vibration and moisture protection for the fibers. The fibers lie loosely in the tubes, which are wound into the cable in a reversing helical fashion and are actually longer than the outer sheath of the cable. Loose tube cable is used most often in construction because it is designed for a tough outdoor environment use.



2. Can offers be emailed?



Response- Yes.

Please consult the list of document viewers if you cannot open a file.

Statement of Work

Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Label:
Statement of Work
Posted Date:
August 4, 2008
Description: Statement of Work

Wage Determination

Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Label:
Wage Determination
Posted Date:
August 4, 2008
Description: Wage Determination

Amended Statement of Work

Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Label:
Amended Statement of Work
Posted Date:
August 7, 2008
Description: Amended Statement of Work

Campus Layout

Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Label:
Campus Layout
Posted Date:
August 11, 2008
Campus Layout.ppt (181.50 Kb)
Description: Campus Layout
Description: campus layout with description

Amendment 1

Type:
Mod/Amendment
Posted Date:
August 19, 2008
Description: NCTR premise wiring
Description: Campus layout with notes
bldg 54 DR.ppt (62.00 Kb)
Description: Building 54
Description: building 5c room 111
Description: site visit minutes and attendee list
amendment 4.doc (83.50 Kb)
Description: Amendment 4

Questions and Answers

Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Label:
Questions and Answers
Posted Date:
August 21, 2008
Description: questions and answers
Description: NCTR layout
Description: Revised SOW
:
HFT-320
3900 NCTR Road
Jefferson, Arkansas 72079-9502
:
3900 NCTR Road
Jefferson, Arkansas 72079
United States
:
Nicholas E Sartain,
Contract Specialist
Phone: 870-543-7370