Posted: Feb. 11, 2025, 8:42 a.m. EST
The Purpose of this amendment is to extend the responses due by date to Friday, February 14, 2025 at 12pm and to Post the Responses to the RFIs. Northampton Fiber Optic Cable Installation RFIs Please confirm if we can utilize the existing conduit to exit the 1st floor IT room, or if new conduit be required. The existing conduit can be used. Has an asbestos survey been conducted in the areas where work is being performed? If asbestos is present, what areas, and will we be able to use an alternate route, or is abatement required? GSA building manager is working on getting the report, verbally said no known ACM in proposed route. Since the fiber optic cable is already armored, is conduit installation required in the USPS loading dock, or can the cable be run on J hooks without conduit? The preferred route through the USPS loading dock is to use an existing hole from the VA waiting room side and staying next to the sprinkle pipe. It can be service mounted using 1- or 2-hole straps. This route lines up with the existing hole above the double doors. Please confirm whether we are required to punch through the brick wall on the far side of the USPS loading dock. There is an existing opening above the double doors that lead to the office area. After entering Room 107 from the USPS loading dock, should we utilize the existing conduit up to the 3rd floor? If not, are we to install new conduit or are we permitted to run the cable in free air? No conduit was seen from the 1st fl to the 3rd fl. There is an existing hole on the 2nd floor in the electrical that can be used, or a new hole will need to be drilled to the right if the ENT. A 3 conduit from floor 2 to 3 is present and can be used. Are there any sensitive areas that will require containment measures or work to be performed during off-hours? No off-hour work is required. Work in room 107 will have to be coordinated as it is an active office. Containment will be needed if drilling from 1st floor to 2nd floor. There is an existing hole in the floor that can be used. Plan to have access to the USPS loading dock 10 AM to 3PM. Can you confirm whether there is fire blocking between floors that may affect conduit installation or cable routing? No fire blocking was seen during the walk through. The floor is concrete pored over metal decking. In Electrical Closet 209, can we use the existing empty conduits to route the cable into Room 206, or will we need to core through the wall? From room 209 to the 3rd Fl, the 3 conduit can be used. Are we permitted to use all available existing conduits when necessary, or will certain pathways require new conduit installations? If not, please identify the areas where new conduit is needed, with footages. No new conduit is expected. Sleaves should be used when penetrating walls or floors. Should the network switches be installed inside a wall-mounted cabinet, or can both switches be placed in a rack within a movable cabinet? No switches are being installed as part of the services. Is a backboard required behind the wall-mounted cabinet for switch installation? No, the Eaton SRWF6U (or equal) 6U vertical-mount locking cabinet can be mounted directly to the wall using 3/8 toggle bolts. Please confirm the total number of wall/ceiling/floor penetrations required throughout the project and please specify the rooms where these penetrations will be made. All wall penetrations are sheetrock with plaster. No penetrations are anticipated, but can be made to make pulling easier. Please confirm if one or two 12 strand cables are being run. If 2 cables, are all 24 strands being terminated? Install one Corning 012T88-33191-A3 (or equal) 12 strand indoor plenum rated interlocking armored multimode OM4 fiber optic cable and terminate all straneds on both ends. Solicitation States "Wage Determination Applicable (Manchester 2015-4019 Rev 23 posted on beta.sam.gov) (xiii) All contract requirement(s)" Please confirm wage rates for this project Wage Determination 2015-4047 Rev29 is applicable. During the walkthrough existing pathways & Penetrations shown contained ENT (Electrical Non-Metallic Tubing) PWS Task B States "All wall and floor penetrations shall have steel sleeves and proper 2 hour fire rating." Treat all new penetrations as rated. If existing open is used, match existing. PWS Task F States "All work to comply with current VHA, NFPA, Joint Commission, NEC, and other regulations and guidelines. Fiber testing shall be completed to TIA-568.3-E standards" Existing is currently non-Compliant with NFPA. Should we Quote new Pathway and EMT (electrical Metallic Tubing) Sleeves to meet 2hr Fire Rating ? Treat all new penetrations as rated. If existing open is used, match existing. Some work on the proposed Path will take place in the VA Patient Hallways and waiting room. Does this work need to be done off hours? No Proposed Path runs through the USPS Warehouse and would be exposed - Should this section be placed in Conduit or Stay on J hooks? It can be surface mounted with 1 or 2 hole straps. The ceiling is suspended plaster. Will a full time GC Site Supervisor with an OSHA 30 be required on-site? Yes if a GC is being used. Is there a self performance % requirement for this Solicitation? An award to an SDVOSB set aside requires a 51% self-performance level, meaning that a certain percentage of the work must be done by the company (bid winner) itself rather than subcontracted out. Please Confirm Project intent is not meant to meet OIT Infostructure Standards. The intent is to run temporary fiber to the 3rd fl. This service is not for OIT infrastructure.
Posted: Jan. 30, 2025, 11:23 a.m. EST
Page 1 of 10 Combined Synopsis Solicitation Northampton VAMC Fitchburg VA Community-Based Outpatient Clinic Fiber Optic Cable Installation (i) 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. (ii) The solicitation number is 36C24125Q0266 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. (iv) This requirement is being issued as an open market, SDVOSB set-aside. The associated NAICS 238210 and small business size standard is $19.0 million. (v) The Government intends to award a firm-fixed price award to Install a Fiber Optic Cable at the Fitchburg VA Community-Based Outpatient Clinic. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission. (vi) The Contractor shall provide all resources necessary to Provide Pest Management Services IAW the attached (Performance Work Statement). Please see the attached PWS for full requirement details. (vii) The Place of Performance is Bedford Massachusetts as described per the (Performance Work Statement). (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016); 52.217-5 Evaluation of Options (JUL 1990); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Site Visit: 05 Feb 2025 at 10 am at the Main entrance of the Fitchburg VA Community-Based Outpatient Clinic. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to carissa.sarazin@va.gov. (3) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price (Follow these instructions): Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces. Past Performance: Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the (Performance Work Statement). References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 07-Feb- 2025 by 12:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the (Performance Work Statement) in a timely efficient manner. Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the (Performance Work Statement). Contractor shall demonstrate that their technicians meet the qualification standards stated in the (Performance Work Statement). If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer. VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can request a Form 10091 at any time. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the clause: 52.204-16 Commercial and Government Entity Code Maintenance (JUL 2016); 52.219-6 Notice of Total Small Business Set-Aside; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 852.203-70 Commercial Advertising (MAY 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2018) Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.232-33, 52.222-41, 52.222-43 (Wage Determination Applicable (Manchester 2015-4019 Rev 23 posted on beta.sam.gov) (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 13-Sept- 2024 by 12:00 PM EST. RFQ responses must be submitted via email to: carissa.sarazin@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is carissa.sarazin@va.gov) ATTACHMENT 1 PRICE SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Fiber Optic Cable Installation 1.00 JB __________________ __________________ GRAND TOTAL __________________ ATTACHMENT 2 PAST PERFORMANCE WORKSHEET 1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date of Contract Award: 5. Beginning Date of Contract: 6. Completion Date of Contract: 7. Contract Value: 8. Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place of Performance: 11. Description of Work (Use a continuation sheet if necessary): 12. List any commendations or awards received: 13. List of Major Subcontractors: Performance Work Statement Department of Veterans Affairs (VA) Community-Based Outpatient Clinic, Fitchburg, MA Fiber Optic Extension 3rd Fl. GENERAL The VA Central Western Mass requires the installation of a fiber optic cable from the 1st Fl to the 3rd floor at our community outpatient clinic. This will support the training requirement at the Fitchburg VA Clinic located at 881 Main St, Fitchburg, MA. PROJECT SCOPE OF WORK Work shall consist of installation and testing one 12 strand multi-mode fiber optic cable from the first floor IT room 143 to the training room located on the third-floor in room 302 (approximate 450 ). The fiber shall be run above any drop ceilings in J-hooks located every 3 . Any wall penetrations require metal sleeves and firestopping. Contractor shall have no less than 5 years experience in fiber optic installation. All supplies, tools and equipment shall be provided by the contractor. This includes the following task: Provide and install one Corning 012T88-33191-A3 (or equal) 12 strand indoor plenum rated interlocking armored multimode OM4 fiber optic cable, testing equipment and all materials including but not limited to ports, terminations, hangers, and conduit. All wall and floor penetrations shall have steel sleeves and proper 2 hour fire rating. Provide and install all terminations. Terminations shall be new LC type Corning 95-051-98-SP-X (or Equal). (24 total) Provide and install one Eaton SRWF6U (or equal) 6U vertical-mount locking cabinet capable of being mounted over an existing receptacle on the 3rd FL training room. Coordinate final location with COR. Provide and install two Corning SPH-01P (or equal) wall mount, single door, 12 port fiber patch panels. Each one shall have 1 CCH connector panel capable of holding 12 LC ports. All work to comply with current VHA, NFPA, Joint Commission, NEC, and other regulations and guidelines. Fiber testing shall be completed to TIA-568.3-E standards. QUALITY ASSURANCE Quality assurance requirements apply to equipment and systems described in this document. Telecommunications and associated systems shall be safe, reliable, efficient, durable, easily and safely operable and maintainable, easily and safely accessible, and in compliance with applicable codes as specified. The systems shall be comprised of high quality institutional-class and industrial-class products of manufacturers that are experienced specialists in the required product lines. All service firms and personnel shall be experienced and qualified specialists in Telecommunications. Products Criteria: Standard Products: Material and equipment shall be the standard products of a manufacturer regularly engaged in the manufacture of the products for at least 3 years (or longer as specified elsewhere). The design, model and size of each item shall have been in satisfactory and efficient operation on at least three installations for approximately three years. All items furnished shall be free from defects that would adversely affect the performance, maintainability and appearance of individual components and overall assembly. Attachments: 1st and 3rd floor drawings
Background
The Department of Veterans Affairs (VA) is issuing this solicitation for the installation of a fiber optic cable at the Fitchburg VA Community-Based Outpatient Clinic. The goal of this contract is to support training requirements at the clinic located at 881 Main St, Fitchburg, MA. This requirement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB).
Work Details
The contractor will be responsible for the installation and testing of one 12-strand multi-mode fiber optic cable from the first floor IT room (Room 143) to the training room on the third floor (Room 302), covering an approximate distance of 450 feet. The installation must run above drop ceilings using J-hooks placed every 3 feet. All wall penetrations must include metal sleeves and firestopping. The contractor must have a minimum of five years' experience in fiber optic installation and will provide all necessary supplies, tools, and equipment.
Specific tasks include:
1. Provide and install one Corning 012T88-33191-A3 (or equal) 12-strand indoor plenum-rated interlocking armored multimode OM4 fiber optic cable, along with testing equipment and all materials including ports, terminations, hangers, and conduit.
2. Ensure all wall and floor penetrations have steel sleeves with a proper two-hour fire rating.
3. Provide and install all terminations using new LC type Corning 95-051-98-SP-X (or equal), totaling 24 terminations.
4. Provide and install one Eaton SRWF6U (or equal) 6U vertical-mount locking cabinet in the third-floor training room, coordinating final location with the Contracting Officer's Representative (COR).
5. Provide and install two Corning SPH-01P (or equal) wall mount, single door, 12-port fiber patch panels, each equipped with one CCH connector panel capable of holding 12 LC ports.
All work must comply with current VHA, NFPA, Joint Commission, NEC regulations and guidelines. Fiber testing shall adhere to TIA-568.3-E standards.
Place of Performance
Fitchburg VA Community-Based Outpatient Clinic, located at 881 Main Street, Fitchburg, MA.