Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2025 SAM #8629
SOLICITATION NOTICE

D -- Installation of 14 drops at HMR Bldg 25

Notice Date
7/10/2025 10:07:04 AM
 
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
W912CN25QA034
 
Response Due
7/23/2025 1:00:00 PM
 
Archive Date
08/07/2025
 
Point of Contact
Erica Porras-Henson, Phone: 8087878853, Alan Henrichson, Phone: 8087870251, Fax: 80865561060
 
E-Mail Address
erica.e.porras-henson.civ@army.mil, alan.l.henrichson.civ@army.mil
(erica.e.porras-henson.civ@army.mil, alan.l.henrichson.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
INSTALLATION OF FOURTEEN (14) NIPR DROPS AND ADDITIONAL TELCOM EQUIPMENT IN BLDG 25 ON HELEMANO MILITARY RESERVATION, HAWAII. SEE ATTACHED PWS FOR DETAILS. SITE VISIT SCHEDULED FOR 17 Jul 2025 @ 9AM BLDG 25, HELEMANO MILITARY RESERVATION, 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. Contractor will complete the following requirement(s) as stated below: 1. A total of 14 NIPR data drops shall be installed to NEC standards in the designated termination points. 2. Telecommunication Outlets shall be installed NEW where there is none and REPLACED where there is existing. 3. Telecommunication Outlets shall be labeled on the faceplate and at the patch panel in accordance with NEC�s labeling standards. 4. Electric Metallic Tubing (EMT) conduit shall be used from the ceiling to the Telecommunication Outlets. 5. NIPR drops should terminate into a steel double gang box and fitted with a faceplate to house the require number of NIPR drops. 6. The cabling pathway above the ceiling should utilize the appropriate cabling infrastructure and support (j-hooks, cable trays, EMT, etc.). 7. Cabling pathway should use existing wall penetrations whenever possible. 8. A wall penetration shall be made at gym entrance to facilitate pathway for NIPR data drop to provide connectivity for an external badge access system. 9. The cabling pathway shall traverse the ceiling and avoid any physical obstacles 10. Green Category 6 cabling shall be used to adhere to the NEC�s standard for data cabling and labeling. 11. Category 6 cabling shall be labeled at each end of the cable from the patch panel to the Telecommunications Outlet. 12. The next 14 consecutive open ports on the switch should be used whenever possible. 13. Firestop and label annular space as needed where wall penetration exists in the cabling pathway. 14. The customer shall be provided with patch cables measuring 10 feet long and the quantity shall be equivalent to the number of NIPR data drops installed (14). 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 Erica Porras Henson 808-787-8853 or Alan Henrichson 808-787-0251.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1d916908ed5041d0b1f2f3580f1f5c03/view)
 
Place of Performance
Address: Schofield Barracks, HI 96857, USA
Zip Code: 96857
Country: USA
 
Record
SN07504791-F 20250712/250710230045 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.