DESCRIPTION OF SERVICES. The contractor will provide personnel, management, tools, equipment, parts and materials, transportation and other items and services necessary to install 18 NIPR drops and additional telcom equipmet at Bldg.4070 (PARC), 85-010 Army Street, Waianae, Hawaii 96792. Contractor shall label all drops and equipment according to the NEC Standardized Labeling Program. The contractor shall abide by all TIA standards for Telecommunication installation. System installation will be a turnkey solution.
SITE VISIT SCHEDULED FOR AUGUST 12, 2025 @ 10am
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. Any work requiring network downtime shall be coordinated with the customer and on-site personnel.
2. The existing Category 5 (CAT5) Copper Patch Panel (COPP) shall be removed and replaced with a 48-port Category 6 COPP.
3. A new 48-cable PatchBox cabling system shall be installed in lieu of regular patch cables for the COPP and NIPR Switch connection.
4. The existing NIPR drops shall be pulled back to the COPP and REMOVED as work is performed.
5. Commercial DSL Ports and their associated cabling infrastructure should not be modified unless required to remove the existing NIPR drops.
6. A total of 18 NIPR Data Ports shall be installed to provide connectivity to the specified locations on the drawing.
7. Cable trays and J-Hooks should be used for the cabling pathway above the ceiling.
8. Green CAT6 cabling shall be used in accordance with the Network Enterprise Center’s (NEC) standard for data cabling.
9. CAT6 cables shall be labeled on the Telecommunications Outlet (TO) and on the 48-Port Copper Patch Panel (COPP).
10. Electric Metallic Tubing (EMT) conduit shall be used from the ceiling down to the TO and should use the appropriate trade size.
11. New TOs shall be installed separate from the TOs housing commercial DSL ports.
12. Areas where existing infrastructure is removed shall be patched and painted with exact match paint, type, and color.
13. Each installed NIPR Data Port shall be tested for integrity using the appropriate tools with no FAIL results.
14. Patch Cables (QTY 18) measuring 10 feet shall be provided to the customer for each of the installed NIPR Data Ports.
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.) Installation of 18 drops BLDG 4070 (PARC), 85-01 ARMY STREET, WAIANAE HAWAII 96792 • 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.
3. 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.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
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 RFQ 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 Christopher Doyle 808-787-8836 christopher.s.doyle.civ@army.mil
Last day for submission of questions is: 15 Aug 2025
Ensure all transmissions include the solicitation number in email subject line (W912CN-25-Q-A040) and includes both the contract Primary and alternate in the "TO" block of the email.
Chris Doyle - christopher.s.doyle.civ@army.mil
Erica Porra-Henson - erica.e.porras-henson.civ@army.mil