INSTALLATION OF TEN (10) NIPR DROPS AND ADDITIONAL TELCOM EQUIPMENT IN BLDG 6036 ON SCHOFIELD BARRACKS, HAWAII.
SEE ATTACHED PWS FOR DETAILS.
SITE VISIT SCHEDULED FOR 16 MAY 2025 @ 1PM BLDG 6036, 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. Ten (10) NIPR Data Ports shall be installed and labeled to provide connectivity to the designated workspace.
2. Electric Metallic Tubing (EMT) conduit shall be used for the cabling pathway up to the termination point (TO) and should have the capacity (up to 2 ½ inch trade size) to support the required number of Category 6 (CAT6) cabling.
3. Outdoor rated junction boxes shall be utilized for the cabling pathways where required.
4. Category 6 cabling shall be used from the Telecommunications Cabinet to the designated TOs.
5. Each CAT6 cable shall be labeled on the TO and the Copper Patch Panel (COPP).
6. Category 6 cabling shall be GREEN to adhere to the NEC’s coloring standard for data cabling.
7. A 6-port and 4-port faceplate configuration should be used for the termination points.
8. The next ten (10) consecutive available switchports should be utilized on the existing switch for uniformity.
9. Heavy Duty Cable Protector Ramps shall be provided and installed to protect the cable connecting the TOs to the end user workstation.
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.