SCOPE OF WORK .gov



5. PROJECT NO.CODE7. ADMINISTERED BY2. AMENDMENT/MODIFICATION NO.CODE6. ISSUED BY8. NAME AND ADDRESS OF CONTRACTOR4. REQUISITION/PURCHASE REQ. NO.3. EFFECTIVE DATE9A. AMENDMENT OF SOLICITATION NO.9B. DATEDPAGEOF PAGES10A. MODIFICATION OF CONTRACT/ORDER NO.10B. DATEDBPA NO.1. CONTRACT ID CODEFACILITY CODECODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of OffersE. IMPORTANT:is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR AC- KNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAYis not extended.12. ACCOUNTING AND APPROPRIATION DATA(REV. 10-83)is required to sign this document and return ___________ copies to the issuing office.is not,A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.15C. DATE SIGNEDB. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:D. OTHERBYContractor16C. DATE SIGNED14. DESCRIPTION OF AMENDMENT/MODIFICATION16B. UNITED STATES OF AMERICAExcept as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.15A. NAME AND TITLE OF SIGNER16A. NAME AND TITLE OF CONTRACTING OFFICER15B. CONTRACTOR/OFFERORSTANDARD FORM 30 NSN 7540-01-152-8070PREVIOUS EDITION NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.243(Type or print)(Type or print)(Organized by UCF section headings, including solicitation/contract subject matter where feasible.)(No., street, county, State and ZIP Code)(If other than Item 6)(Specify type of modification and authority)(such as changes in paying office, appropriation date, etc.)(If required)(If applicable)(SEE ITEM 11)(SEE ITEM 13)(X)(X)13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONSAMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT(Signature of person authorized to sign)(Signature of Contracting Officer)11A0000305-28-2015Department of Veterans AffairsNetwork Contracting Office 8 (248)Room 315, Bldg. 210,000 Bay Pines BlvdBay Pines FL 3374400516Department of Veterans AffairsNetwork Contracting Office 8 (NCO 8)C.W. Bill Young VA Medical Center10000 Bay Pines Blvd. Room 315, Bldg. 2Bay Pines FL 33744To all Offerors/Bidders VA248-15-R-100804-23-2015 XXX1Extended to 6/3/2015 @ 1PM ESTNo Change in DataXThere are three purposes for this amendment. 1. Provide revised Scope of Work 5282015. See Attached 2. Correct a RFI response. See Attached 3. Extend the solicitation close date to 6/3/2015 @ 1 PM EST. Thomas LucasContracting OfficerSCOPE OF WORK Project DescriptionNetwork cable installation services for the Bay Pines Health Care Network. The required network cable installation services are to accommodate employee moves, new renovations, and support various data requirements. ScopeThe Contractor shall provide all labor, materials, supervision and essentials to support cable installation related to cabling runs, feed cables, fiber optic cable, installation of jacks, face plates, patch panels, and 66 blocks. The contractor shall provide all hardware required for these tasks. The cable installation tasks performed by the Contractor shall conform to the standards specified. Installation of cable shall be in accordance with accepted EIA/TIA, BICSI and National Communications System (NCS) standards and coordinated with the COR. The conduit infrastructure/layout of the cable pathway shall be completed by the Government. Outside plant cabling is not required under this scope of work. All cable installations must meet current International Organization for Standardization (ISO), International Electro technical Commission (IEC), American National Standards Institute (ANSI), Telecommunications Industry Association (TIA), National Electrical Code NEC and Electronic Industries Alliance (EIA) Cat6 cable standards. The Contractor shall provide as a minimum Category 6A cable installation service encompassing a complete cable installation limited to cabling feeds, jacks, and face plates, cable terminations, testing, and certification. The Contractor shall provide expertise in category 6A cable distribution systems limited to copper media, media connectors, patch panels, pre-terminated cable assemblies, entrance facilities, first level backbone, second level backbone and horizontal distribution, termination blocks, cross-connects, and inter-connects. All Cat6A cable installations must meet the standards for Gigabit Ethernet and other network protocols. The cable installations must also support up to 550 MHz and be suitable for 10Base-T, 100BASE-TX (Fast Ethernet), 1000BASE-T / 1000BASE-TX (Gigabit Ethernet) and 10GBASE-T (10-Gigabit Ethernet. The selected vendor shall label all installed cables in accordance with the Telecommunications Industry Association (TIA) and Electronic Industry Association (EIA) standards to ensure each jack is assigned a unique number to support full and accurate labeling. General Description of RequirementsThe offeror will be responsible for all parts, labor and other hardware directly associated with cable installation services. Project Management, Scheduling, and Quality AssurancePermits, Licenses, Inspection Scheduling, and FeesAll Installation ActivitiesPeriodic Field Observations ReportsInspections and TestsWork CloseoutWarranty for hardware and systems as installedSafetyDeliverables – Test Reports3 Cabling RequirementsCabling tasks may include:Voice Cabling Material acquisition, shipment, staging and installation CAT 6A (4 Pair, and 25 Pair) and Optical Multimode 3 (OM3) fiber cables. These cables will be pulled, terminated, and tested. They will be machine labeled. Total number of dropsStandard copper horizontal cable installations include CAT6A 4 pair cablingData Cabling. Material acquisition, shipment, staging, installation, and test of copper and Single Mode (SM) or Multimode (MM) fiber cabling in accordance with industry standards. Cable tray cable support devices and systemsRacks new hardware Grounding and bondingBackboardsInstalled CableTelecommunications floor or wall outlets shall be provided as required. Of the Category 6A cables used for data and Category cable used for voice and shall meet the following BPVAHCS standards. Fiber shall be installed as specified on a case-by-case basis. Horizontal pathways from closet to the workstation outlets shall be sized to accommodate all three media types; exposed wiring is not allowed. Some locations may require more than four twisted-pair cables per outlet.Twisted-pair Closet TerminationsFour pair unshielded twisted pair 24 AWG station wiring shall be installed from each voice and data jack to the OI&T Communication closet and shall be of a type designated to support Category 6A data communications (not less than 100 MHz/100 Mbps) The wiring shall be terminated in the OI&T Communications closet using a rack-mounted 24 port 6A patch panel (EIA/TIA 568A). Data pair cross-connects shall use Category 6A components, including cordage, and be arranged such that any user workstation can access any communications hub port. Twisted-pair Wall Outlet TerminationsAll station side voice cables shall be terminated on RJ-11 (Panduit) and station side data outlets shall be Category 6-compliant eight position RJ-45 (Panduit) non-keyed (EIA/TIA 568A) flush mount jacks in a wall plate. The voice and data jack wall plate type and positions shall conform to the existing VAMC cable plant scheme. (See attachment: Wall Plate and Outlet Diagrams) The outlet wall plate shall be part of a modular system that supports twisted-pair and fiber.Color CodesAll voice and data cabling must conform to the existing BPVAHCS’s color code:Blue used for Data/Voice cables (RJ45/RJ11), Cat 6AStation Cable SpecificationsWiring closet-to-workstation cable shall have four (4) twisted-pair and meet all EIA Category 6A specifications.?Attenuation @ 100 MHzNext Loss @ 100 MHzMinimum Performance Specifications67 dB/1000 ft.32 dB @ 1000 ft.Required Approved Cable TypesCable ApplicationApproved Cable ModelNormal cable useMohawk/ M58292Faceplate Jack SpecificationsAll faceplates will need to have at the minimum (1) CAT 6A Data (Preferably 2 CAT6 Data) and (1) RJ-11 Voice. Arrangement on the faceplate shall be a single RJ-11 in the upper left corner, a blank in the upper right corner, and 2 RJ-45 CAT 6A jacks on the bottom. The white/blue cable pairs shall be terminated on the RJ-11 with the remaining pairs coiled in the jack for future use. Labeling of the workstation outlet jack shall include patch panel (NT) number and port number of the patch panel and shall be done with 3/8” P-touch labels.2. Required Station Outlet EquipmentUnitManufacturer/Model#4-Port Face PlatesPanduit/ CFPE4EIY (Ivory)Single RJ-45 Cat 6A JackPanduit/ CJX88TGBU (Blue)Single RJ-11 Cat 3 JackPanduit/ CJ66BLY (Black)BlankPanduit/ CMBEI-X (Ivory)24 Port Patch Panel 6APanduit/ DPxx688TGThe faceplate will be of Ivory color.3. Required Fiber SpecificationsIntra-building Fiber CableAll fiber shall be multimode graded index fiber with a 62.5/125 micron core/cladding diameter, buffered to 900 microns, and housed in a UL, OFNR rated jacket.Minimum Performance Specifications for Multi-mode cableWavelength (nm)Attenuation (dB/Km)Capacity (MHz-Km)850 3.75 160 1300 1.5 500 Approved cable: SEICOR Inc., MIC series fiber optic cable. Cable Installation Requirements a. Cable installation shall also include a pull string (mule tape or similar). Ten (10) foot service loop shall be placed in ceiling above cable management rack and securely fastened IAW industry standards.b. All fiber cable placements must be approved by the COR through coordination with the Bay Pines VAHCS Telecommunications Manager and the Bay Pines VAHCS LAN manager for type, size and scope of project. Inner duct is a requirement in underground cabling. Substitution of rigid fiber rated for underground applications must be approved prior to placement in lieu of inner duct.c. Telephony cables and fiber network cabling shall be separated and run in separate conduit/raceways.d. Any exposed fiber cables must be enclosed in metallic conduit/raceway. In the event of horizontal and vertical building runs plenum type may be substituted only if delineated by a fiber termination and given prior approval by the COR.e. Termination shall be in accordance with provided dimensional detail to be determined and or manufacturers’ specifications. Any modifications must be approved by COR.f. Last pair in each 25 pair complement shall be pigtailed and neatly secured to preclude any interference with working conductors.g. After cable placement, a fire and vapor retardant duct plug must be installed inside any entrance conduit, plenum, vertical risers, fire suppression areas, and the telecommunications closet. Type must be non-corrosive and meet with all municipal, state and federal fire code regulations. Fire stopping materials (RED) must also be placed around perimeter of conduit and cabling as per aforementioned regulations.h. Cable placement in basement must be done with approved and suitable hangers IAW industry and local practices. All cable placement must be in approved metallic conduit where stipulated per VA, NEC, State, or local code practice.i. Cable placement in basement and termination shall be no more than two (2) feet from telecommunications primary network interface (PNI) if applicable. Only IRM staff or VA designee shall determine other suitable location in areas of conflict. COR must be notified of all determination before proceeding.j. Terminations shall be adjacent. Each pair of each complement shall have slack neatly wrapped and/or tucked into block so not as to cause any interference with working conductors. Substitutions shall only be made with approval by COR.k. Cable group separation shall be maintained neatly IAW industry standards.l. All service drops shall be Category 6A 24 AWG rated wire as a minimum. The service drops shall consist of one yellow, one white, one blue, and one green color coded service drop to correspond to the four (4) port jack installation. Each color designation will terminate on a Category 6A rated 24 port high density patch panel. All color designations will be grouped categorically together and separated by a wire management system.m. The cable/wire termination rack shall be grounded to an isolated building ground. The minimum conductor size shall be #6 AWG solid grounds. It shall be attached to a suitable and acceptable grounding means IAW industry standard, NEC, VA,TIA/EIA 568A local, state and federal standards. The Contractor shall verify and make available a suitable ground attachment at the delineation point. In areas of conflict the most stringent regulation shall apply. The ground shall be unbroken and securely fastened, following the route of the cable as conditions permit. In the telecommunications closet, the ground wire shall follow the route of the cable as conditions permit, and also be unbroken. The ground shall be bonded to the ladder rack and grounded to the patch panel frame with a suitable means to preclude electrolysis. The attachment to the ladder rack and frame must not use any clamps or devices that may be detached inadvertently.n. All entrance cable must be provided with suitable high voltage protection IAW industry standard, NEC, VA, TIA/EIA 568A local, state and federal standards. This high voltage protection must provide a fusible link (at the protector) generally assumed to be a gauge change at the point of protection. If the cable entrance exceeds 125 feet, an insulated joint must also be additionally provided. All bonding and grounding must also meet as a minimum the aforementioned requirements. The high voltage protection system must also prevent against "sneak" current as well as sealing current.o. All fiber terminations supplied by the Contractor shall be new and meet or exceed EIA/TIA 568A, VA or NEC standards. Fiber termination trays / Light Interface Units (LIUs) shall be approved by COR.p. All riser/entrance conduits shall be as a minimum 4" Electrical Metallic Tubing (EMT) type as a minimum. Where code or requirements dictate otherwise, 4" rigid metallic conduit shall be used. In no instance shall Polyvinyl chloride (PVC) type or similar be accepted. All cable/wire placements in conduit shall conform as a minimum to NEC, VA, and TIA/EIA 568A local, state and federal standards.q. In those cases where the Contractor is responsible for materials it will be the Contractor’s responsibility to guarantee 100% quality and conformance reliability. Should there be any defects in materials and or nonstandard, NEC, VA, TIA/EIA 568A local, state the Contractor shall correct the defect and assure full conformance in writing as per contractual obligations.r. In those cases where the Contractor is responsible for materials, all materials supplied by the Contractor shall be new and meet or exceed EIA/TIA 568A, VA or NEC standards. In the event of any material substitution, a written sign-off must be given to the Contractor by the COR.s. All wire runs must be uniformly bundled per color scheme and wire management on the ladder rack to and including termination shall be properly secured with appropriate cable fasteners IAW industry standards.t. All quad (service drops) plates will consist of one black jack for voice and blue colored jacks for all data.u. All service drops shall be enclosed in a metallic raceway when on an exposed surfacev. It is expected that all contractors and vendors will conduct housekeeping during and upon completion of work. No materials shall be placed in or near the telephony equipment once installed.w. It is understood by the Contractor that the above representations or materials are not all inclusive and are to be used as a guideline for minimum standards. Any deviations from industry best practice must be brought to attention of the COR.Substitutions in the above representative materials may be made only with the prior written approval of the COR. The COR cannot modify the terms and conditions or make any financial representations on behalf of the VAMC. All matters pertaining to any fiduciary changes can only be administered by the Contracting munications Outlet RestrictionsThe splitting of pairs within a data cable between different data jacks shall not be permitted. The splitting of pairs within a voice cable shall be permitted only in the same station outlet. The installation of the cable shall conform to appropriate OEM, ANSI/EIA/TIA/BICSI recommendations, standards and existing VAMC facility scheme. This requirement will insure adequate protection for Electro-Magnetic Interference (EMI) sourcesCommunications Outlet Labeling/Testing/ProofingAll new voice and data cable shall be labeled on each end. The station side label will consist of patch panel number and port number of the patch panel. An end-to-end certification test will be performed on all voice/data cable in accordance with EIA/TIA TSB 67, using a Level II tester (accurate to 2db) will be conducted on all installations. Test results for all data wiring shall be provided to BPVAHCS in printed and electronic format that can be read without the need for special software.Closet-to-Wall Outlet DistanceThe closet-to-wall outlet distance shall be a maximum of 328 cable-feet and for CAT6A maximum 328 cable-feet (100 meters). Multiple closets shall be provided where necessary to meet this requirement. Remember to include the vertical components of a cable path when calculating distances. The 328 foot limit is cable length and not simply floor path length.Required Closet/Rack EquipmentUnitManufacturer/Model#36Port LIU w/locking coverOrtronicsHorizontal Wire ManagementPanduit/WMPFSEVertical Wire ManagementPanduit/ WMPVF45E19” Telecomm Racks will be supplied by the VA as required. Room LayoutAll new voice and data cable shall be terminated in the OI&T Communication closet on appropriate Contractor provided Category 6A compliant 24 port patch panels (EIA/TIA 568A) with wire management to be provided for both vertical and horizontal management of cables and patch cords. Vertical wire management shall be provided on both sides of the equipment rack. Horizontal wire management shall be provided between each patch panel. All work to be done in accordance with the existing facility cable plant design. Each patch panel will have its own unique NT number, starting with the next highest unused number. Also to be installed in the OI&T Communications closet shall be three (3) standard 19" relay rack(s) floor mounted type. All associated cable trays, ladder racks; vertical and horizontal wire and cable management are to be supplied as needed. Relay racks with vertical and horizontal wire and cable management are to be supplied and installed as needed. The racks are to be mounted using the appropriate Red Head? type expanding bolts and connected with ladder rack above the equipment racks around the entire OI&T Communications closet to the wall for transversal of the wiring from the ceiling to the center-mounted rack(s).Conduit Capacity:4 inch conduit = 60 Category 6 cables3 inch conduit = 40 Category 6 cables2 inch conduit = 20 Category 6 cables1 inch conduit = 6 Category 6 cablesIntra-building Data BackboneThe data network backbone cable installed shall be 12 strain 62.5 micron multi-mode fiber optic cable. No in-building distance limitations apply.Intra-building Telephone RiserTelephone risers shall be unshielded twisted pair CMR rated cable. Four pairs per 100 sq. ft. of assignable space shall be provided to each floor if the exact number of telephones required is unknown. If the number of telephones required is known, allow for 200 percent growth.Voice Cable TerminationAll new voice cables shall be terminated in the OI&T Communication closet on appropriate contractor provided 66-M Split 25-pair punch down block along with the associated 89-D stand-off brackets with cross-connect wire management. All voice cables shall be terminated on rows of three 66 blocks vertically. Numbering sequence starts on left side of the first block 1-6, second block 7-12, third block 13-18. Right side of first block 14-24, second block 25-30, third block 31- 36. Example: more than 6 cables being installed you must use a second 66 block. More than 13 cables being installed you must use a third 66 blockIndustry StandardsThere are a number of agencies and professional standards issuance committees whose standards must be met in order to complete work here at BPVAHCS. Telecommunications switch rooms, wire closets, and related spaces shall meet applicable Telecommunications Industry Association (TIA), Electronic Industries Alliance (EIA) standards and National Communications System (NCS) standards, as well as the Building Industry Consulting Service International (BICSI) Standards design manuals. These standards include but not limited to the following:TIA/EIA-568, Commercial Building Telecommunications Cabling Standard.TIA/EIA-569, Commercial Building Standard for Telecommunications pathways and Spaces.TIA/EIA-570, Residential and Light Commercial Telecommunications Wiring StandardTIA/EIA-607, Commercial Building Grounding and Bonding requirements for Telecommunications StandardStandards PublicationsElectronics Industry Associations/Telecommunications Industry Association (EIA/TIA) publicationsEIA/TIA-568Commercial Building Telecommunications Wiring StandardTSB-36Technical Systems Bulletin: Additional Cable Specifications for Unshielded Twisted-Pair Cables.TSB-40Technical Systems Bulletin: Additional Transmission Specifications for Unshielded Twisted-Pair Connecting Hardware.EIA/TIA-569Commercial Building Standard for Telecommunications Pathways and Spaces.EIA-570Residential and Light Commercial Telecommunications Wiring Standard.EIA-606The Administration Standard for the Telecommunications Infrastructure of Commercial Buildings.EIA/TIA 568ACommercial Building Telecommunications Wiring Standards.EIA/TIA 569Commercial Building Standard for Telecommunications Pathways and Spaces.EIA/TIA TSB 72Centralized Optical Fiber Cabling Guidelines.EIA/TIA 606Administration Standard for the Telecommunications Infrastructure of Commercial Buildings.EIA/TIA 607Commercial Building Grounding and Bonding Requirements for Telecom.EIA 310-DCabinets, Racks, Panels, and Associated Equipment.EIA/TIA 455-57AOptical Fiber End Preparation and Examination.EIA/TIA 455-59Measurement of Fiber Point Defects Using an OTDR.EIA/TIA 455-60Measurement of Fiber Cable Length Using an OTDR.EIA/TIA 455-6Measurement of Fiber Cable Attenuation Using an OTDR.EIA/TIA 455-95Absolute Optical Power Test for Optical Fibers and Cables.EIA/TIA 455-95Absolute Optical Power Test for Optical Fibers and Cables.EIA/TIA 526-14Optical Power Loss Measurements of Installed Multimode Fiber Cable.ANSI/ICEA S-83-596-1994 - Fiber Optic Premise Distribution Cable Technical Requirements. Installation shall be performed in accordance with the following applicable standards:Applicable codes and regulations of the Government of the State of Florida.Building Officials and Code Administration National Code (BOCA).Electronic Industries Association (EIA).Institute of Electrical and Electronic Engineers (IEEE).National Electrical Code (NEC).National Fire Protection Association (NFPA).National Electrical Manufacturers Associations (NEMA).Occupational Safety and Health Administration (OSHA).Telecommunications Industries Association (TIA).Underwriters Laboratories (UL).Building Industry Construction Standards Institute (BICSI).The buildings will be occupied during this project and all necessary precautions in accordance with plans and specifications will need to be adhered to. Work can be accomplished during off tours upon approval. 4 Cable Testing Requirements; Category 6A Copper CableThe Category 6A portion of the cabling system shall comply with the link and channel performance requirements of ANSI/TIA/EIA 568-B.2-1 “Performance Specifications for 4-pair 100 Ohm Category 6 Cabling.”Category 6A cabling systems shall be performance verified using an automated test set. This test set shall be capable of testing for the continuity and length parameters defined above, and provide results for the following tests. Insertion Loss Pair-to-Pair Near End Crosstalk (NEXT) Power Sum Near End Crosstalk (PSNEXT) Equal Level Far End Crosstalk (ELFEXT) Power Sum Equal Level Far End Crosstalk (PSELFEXT) Return Loss Test results shall be printed directly from the test unit or from a download file using an application from the test equipment manufacturer. The printed test results shall include all tests performed, the expected test result and the actual test result achieved.Cable Testing Requirements: Fiber Optic CableEach fiber strand shall be tested for attenuation with an optical power meter and light source. Cable length shall be verified using sheath markings. If splices are used, splice attenuation shall be verified with an Optical Time Domain Reflectometer (OTDR).Horizontal distribution multimode optical fiber attenuation shall be measured in bi-direction at either 850 nanometers (nm) or 1300 nm using an LED light source and power meter. Single mode optical fiber attenuation shall be measured in bi-direction at 1310 nanometers (nm) or 1550 nanometers (nm) using an LED light source and power meters.Backbone multimode fiber shall be tested at both 850 nm and 1300 nm in one direction. Test set-up and performance shall be conducted in accordance with ANSI/TIA/EIA-526-14 Standard, Method B.5 Period of PerformanceTable 1. Anticipated Option PeriodsStart DateEnd DateBase YearJune 2015June 2016Option Year 1June 2016June 2017Option Year 2June 2017June 2018Option Year 3June 2018June 2019Option Year 4June 2019June 2020Hours of OperationsThe normal hours across all locations are 8AM-4:30 PM. Performance of work outside normal business hours will require advance notification to the COR and CO. The offeror shall comply with the geographic requirements specified in this solicitation to provide support. The Place of Performance will be the following locations:VHAHCS Bay Pines, 10000 Bay Pines Blvd, Bay Pines FL 33744PFS/BOS Largo, 8550 Ulmerton Rd. Largo FL 33771Palm Harbor CBOC, 35209 US Hwy 19 North, Palm Harbor FL 34684St Petersburg CBOC, 840 MLK St North, St Petersburg FL 33705Sarasota CBOC, 5682 Bee Ridge Rd, Suite 100, Sarasota FL 34233Bradenton CBOC, Morgan Johnson Office Park, 5530 S.R. 64, Bradenton FL 34208Lee County VAHCC, 2489 Diplomat Parkway East, Cape Coral FL 33909Naples CBOC, 2685 Horseshoe Dr. South, Suite 101, Naples, FL 34104Sebring CBOC, 5901 US Hwy 27 South, Sebring FL 33870Port Charlotte CBOC, 4161 Tamiami Trail, Suite 401, Port Charlotte FL 33592Local Codes, Licensing, and Permit RequirementsIn the performance of this task order, the offeror agrees to abide by all laws, codes, rules and regulations set forth with regard to the equipment by municipal or State authorities having jurisdiction in effect on the date of this task order. The offeror shall be responsible for obtaining all local licenses and permits. Security RequirementsAll documentation required for security certification will be the responsibility of the offeror and the client organization. Contractor personnel will be required to pass a background check and shall be fingerprinted prior to the issuance of the notice to proceed and PIV card. The allowance on background checks is two per year. Additional background checks required because of changes in personnel will be charged back to the contractor. The price of additional background checks is $4,400.00 per check. Technical Cable and Wiring RequirementsThe following subtasks shall be performed by the offeror in accordance with the general requirements described below.Clean-up of work area shall be performed daily. Offerors are responsible for disposal of refuse generated in the performance of their duties. The offeror shall exercise reasonable effort to use equipment and practices that reduce impact upon the environment. Recyclable refuse (e.g., scrap wire, empty cans, plastic ware and shrink wrap, paper products, etc.) shall be collected by the offeror for recycling.Offerors must present and conduct themselves in a professional manner, at all times, while in Department of Veterans Affairs’ space.Offeror must adhere to Occupational Safety and Health Administration (OSHA) safety regulations and precautions, while working inside and/or outside of Department of Veterans Affairs’ space. Take standard precautions for electrical, trip and fall hazards. Wear appropriate safety equipment as required.Seal all openings and penetrations created during the installation to meet or exceed applicable local fire code regulations.All installed cables shall be clearly machine labeled. Hand written is not allowed.The offeror shall machine label all cables IAW cable run sheets. The offeror will be liable for additional work required if cables are not labeled properly.The offeror shall understand that this task will not be considered as fulfilled until every aspect of this SOW and final acceptance testing is completed and determined to be in compliance and acceptable by the COR.The offeror shall repair or replace any items they have damaged or destroyed during the performance of this task.The COR will perform a post-installation inspection prior to the exit time of the offeror and shall validate with a task completion letter to all parties.The offeror shall provide mobile phone service for lead technical personnel providing service in order to ensure offeror communication capability with designated COR on a 24-hour, 7 day per week basis.The offeror has ultimate responsibility for managing the order, for achieving the expected performance results, and for determining the appropriate staffing in support of its technical approach.The offeror shall provide experienced and certified personnel to perform the required services. The Government and the offeror understand and agree that the services to be delivered are non-personal. Offeror personnel shall conform to standards of conduct and code of ethics, which are consistent with those applicable to Government employees. Offeror personnel shall obtain authorization to have access to Agency support sites and Government facilities, and shall obtain Common Access Cards (CAC) for computer access, if required.All offeror employees must be fluent in spoken and written English.Background Checks are required for all onsite personnel. The offeror, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the subject contract. The contracting officer may require the offeror to remove from the job site any offeror employee who is identified as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. In cases other than one of immediate need a written request stating the reasons for the removal should be provided 24?hours in advance to the offeror by the proper authorities.In order to ensure a smooth and orderly startup of work, it is essential that the key personnel specified in the offeror's proposal be available on the effective date of the order. The offeror-supplied personnel are employees of the offeror and under the administrative control and supervision of the offeror. The offeror, through its personnel, shall perform the tasks prescribed herein. The offeror must select, supervise, and exercise control and direction over its employees (including subcontractors) under this order. The Government shall not exercise any supervision or control over the offeror in its performance of contractual services under this order. The offeror is accountable to the Government for the action of its personnel. Changes or modifications to the SOW can only be made by the Government Contracting Officer.6Proposed PersonnelThe offeror must assemble a project team with the required knowledge and experience to perform the work described under this contract and if applicable, any additional qualifications required under this solicitation. The core project team should be composed of qualified professionals with strong technical cable and wiring backgrounds and experience in performing large, complex cable and wiring installations. The offeror shall propose appropriate Labor Type(s) and personnel experience levels that meet the minimum required qualifications.The offeror (company) shall have all required professional certifications and licenses (current and valid) for the applicable task and labor type category before commencement of work.The offeror shall identify, by name, the proposed Key Personnel (e.g., the key management and technical personnel who will work under this contract, such as the PM).7 Manufacturer's Extended Warranty The infrastructure described in this Statement of Work is essential to Government operations. The offeror shall offer a manufacturer's extended warranty of no less than 10 years for the installed cabling system, in addition to its own warranty. The offeror shall describe the manufacturer's extended warranty in its technical response. The Contractor shall comply with all manufacturer requirements so that the installed system will be eligible for the manufacturer's extended warranty. The Contractor shall maintain current status with the warranting manufacturer, including all training requirements, for the duration of the project. The offeror shall staff each installation crew with the appropriate number of trained personnel, in accordance with their manufacturer/warranty contract agreement, to meet the manufacturer's extended warranty requirements.After installation, the offeror shall submit all documentation to support the warranty in accordance with the manufacturer’s warranty requirements, and to apply for said warranty on behalf of the customer. The system warranty will cover the components and labor associated with the repair/replacement of any failed link as a result of a defective product when a valid warranty claim is submitted within the warranty period.Contractor FacilitiesExcept for those items and services specifically stated above the offeror shall furnish everything needed to perform this Contract according to all its terms and conditions as stated in specific sections of this SOW. Such property includes, but is not limited to, facilities, equipment, material, supplies, repair parts, vehicles, data processing equipment, safety clothing, identification system badges, and timekeeping system and facilities.8 Invoice RequirementsThe offeror shall comply with the detail billing requirements defined below.A proper invoice must include the following items:Name and address of the contractor.Invoice date and invoice number. (Contractors should date invoices as close as possible to the date of transmission.)Contract number or other authorization for equipment/supplies delivered or support services performed.Description, quantity, unit of measure, unit price, and extended price of equipment/supplies delivered or services performed.Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment).Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice.Test ReportsASBESTOS DISCLOSURE AND TRAINING PROVIDED BY THE GOVERNMENT IN ADVANCE OF ANY WORK BEING PERFORMED. The offeror is hereby advised that the all buildings may contain Asbestos Containing Material (ACM) in areas that must be accessed to achieve the required work. Many areas contain vinyl asbestos floor tiles. All thermal systems insulation is Presumed Asbestos Containing Material (PACM). All offeror personnel are required to demonstrate proof of asbestos hazard awareness training before beginning work in this facility. Annual refresher asbestos training is required. The offeror will comply with OSHA 29 CFR?1910.1001 and 29 CFR 1926.1101 asbestos regulations during all phases of work. Offeror personnel must not damage existing asbestos materials and must stop work if they encounter damaged ACM or PACM, and report the finding to the contracting officer and facilities management. Building staff must not be exposed to asbestos as a consequence of offeror activities.This section provides instructions to prospective offerors on preparing and submitting a proposal in response to this solicitation.SOLICITATION CLOSING DATE AND TIME: ALL OFFERS MUST BE RECEIVED ON OR BEFORE 1:00 PM EST ON: June 3rd, 2015.REQUIRED SUBMISSIONS: Proposal shall be submitted to the attention of: Thomas Lucas Contracting OfficerHARD COPY ADDRESS:Agency: Department Of Veterans AffairsNetwork Contracting Office 8POC Name: Thomas Lucas Mailing Address 10000 Bay Pines Blvd.Bldg 2 Room 325Email: Thomas.Lucas@*****Site Visit is scheduled MAY 6th @ 9AM EST***** Contractors that would like to attend the site visit must email the Contracting Officer Thomas Lucas with the following email title “VA248-15-R-1008 Site Visit Registration”. Contractors are restricted to two attendees. ****RFI Period*** The Request for Information period will run through May 13th @ 1PM. RFIs shall be submitted via email with “VA248-15-R-1008 RFI” in the title.9 General InstructionsMaterials SubmittedThe offeror is advised that all submissions and related material become the property of the U.S. Government and will not be returned. The technical and price proposals, if accepted by the Government, will form binding parts of the contract that results from this solicitation. FormatAll materials shall be in typeface Times New Roman or Arial (no smaller than 11 point), double-spaced on 8?” x 11” white paper with one inch margins all around. Tables and illustrations may use a reduced font style, but not less than 8 point, and may be single-spaced. Each page must identify the submitting offeror in the header or footer.The offeror’s proposal shall consist of physically separate volumes that are individually titled and numbered on the exterior of the top covers as stated in Table 2 below. DO NOT INCLUDE PRICING IN THE TECHNICAL/PAST PERFORMANCE VOLUME I: THE OFFEROR IS ADVISED THAT COMBINING TECHNICAL AND PRICING VOLUMES IN THE OFFEROR’S PROPOSAL IS NOT RESPONSIVE TO THE SOW.Table 2. Number of each Type of Proposal VolumeVolumeVolume TitleCopiesFormatPage LimitationsVolume IProposed QASPProposed Personnel Response TimePast Performance 1 Hard Original +1 Electronic CopyPDF20 Pages maximumVolume IIPrice Proposal1 Hard Original +1 Electronic CopyEXCEL No page limitProprietary DataEach page of the offeror’s proposals must be reviewed and marked as to proprietary data content by the offeror in strict compliance with FAR 52.215-1. Also see FAR 3.104-4. A single blanket statement at the front of the proposal is not acceptable. Failure to mark every page will subject the proposal to public release through Freedom of Information Act (FOIA) requests.Preparation of Price ProposalThe Price Proposal (Volume II) must be submitted under separate cover from the Technical Proposal (Volumes I ). There is no page limit for the Price Proposal. The offeror must provide sufficient detail and supporting information to allow a complete analysis of each line item price.Evaluation Factors and Basis for AwardThe Government will evaluate each of the offeror’s proposals to determine if the support services offerings satisfy the specific requirements under each task. The evaluations will be based on the evaluation factors defined in this section.Evaluation Approach –Lowest Price Technically AcceptableThe Government intends to evaluate proposals and may award a contract without discussions. However, the Government reserves the right to conduct discussions if determined by the contracting officer to be necessary. Therefore, each initial offer should contain the offeror’s best proposal from both a price and a technical standpoint.Award will be made to the offeror whose proposal represents the lowest price technically acceptable as defined in FAR 15 15.101-2. The offeror’s proposal will be evaluated with regard to its ability to meet the tasks set forth in the SOW. To result in an award, the offeror’s proposal must demonstrate the ability to satisfy all technical requirements as set forth, and must conform to all required terms and conditions.The award will be made on the basis of the lowest-evaluated price of proposals meeting or exceeding the acceptability standards for non-price factors. Proposals will be evaluated for acceptability but not ranked using non-price factors.Award will be based on the aggregate of the total of all the option periods combined. Technical Evaluation CriteriaThe Government will review the responses to this solicitation to ensure that offerors have addressed the requirements for each evaluation criteria and are sufficient in detail and clarity to allow the Government to determine if the proposed support services, equipment, and equipment services are acceptable. If they are found unacceptable, the Government retains the right to conduct further discussions.The Government will evaluate the offeror’s proposal based upon the following four factors: Proposed quality assurance surveillance plan (QASP), proposed personnel with required licenses, demonstration of desired response time, and past performance. To achieve an acceptable rating, the offeror’s Technical Proposal must achieve a pass rating on all factors. Offeror's Proposal Factors Technical Evaluation CriteriaFactor 1 Proposed QASPFactor 2 Proposed Personnel Factor 3 Response TimeFactor 4 Past PerformanceThe following evaluation criteria will serve as the standard against which all proposals will be evaluated and will serve to identify the significant discussion items that offerors should address in their proposals. Proposals are evaluated for acceptability on a GO/NO GO basis. Award shall be made to the offeror meeting of exceeding all the factors of acceptability with the lowest evaluated price. Factor 1 – Proposed QASPThe Offeror shall develop and provide a Quality Assurance Surveillance Plan. The QASP shall provide the Government with a method to measure and verify performance. The QASP at a minimum shall include Methods of surveillance I.E (Direct Observation, 100% Inspection), Rating Method to assess performance. Factor 2 Proposed PersonnelThe offeror shall provide qualifications of personnel which would support cable installations services. Offerors are required to have at least two personnel with the following license and certification.OSHA 30 HRFlorida Low Voltage Electrical LicenseFactor 3 Response TimeThe offeror shall provide a narrative describing how your company will meet the desired three day response time for new service installations. Factor 4 Past PerformanceThe offeror shall provide three recently completed service contracts demonstrating successful cable installation services in the commercial or Government sector. Provide points of contacts for verification of reference. Price Evaluation CriteriaPrice will primarily be evaluated for realism and reasonableness.This evaluation will consist of a review of the price portion of an offeror’s proposal to determine if the overall price proposed is realistic for the work to be performed, if the price reflects an accurate understanding of the requirements. Evaluation of the price proposal will consider but not be limited to the following:Price reasonableness, price realism and completeness of the price proposal and supporting documentation.CLIN Schedule CLINDescriptionThe best estimated quantity for this task annuallyFirm Fixed Price Per Task Estimated Annual Total Price 0001(Base Year) All labor, tools, equipment, materials, parts, transportation, services, and supervision required to install a maximum of 328 feet of CAT6A network cable. This task is to include wall plates, jacks, cable management, labels, termination blocks, mounting brackets, pulls strings and required incidental materials to complete a cable run.600 Tasks0002(Base Year) All labor, tools, equipment, materials, parts, transportation, services, and supervision required to install a maximum of 900 feet of 12 Strand MM fiber optic network cable. This task is to include wall plates, jacks, cable management, labels, pull strings and required incidental materials to complete a cable run.5 Tasks 0003(Base Year) All labor, tools, equipment, materials, parts, transportation, services, and supervision required to install 24P 6A patch panels Panduit/DPxx688TG. 20 Tasks0004(Base Year) All labor, tools, equipment, materials, parts, transportation, services, and supervision required to install a Fiber 36 port patch panel: Ortronics; part number FCOU-P, with ST, type connector termination.5 Tasks1001(Option Year 1) All labor, tools, equipment, materials, parts, transportation, services, and supervision required to install a maximum of 328 feet of CAT6A network cable. This task is to include wall plates, jacks, cable management, labels, termination blocks, mounting brackets, pulls strings and required incidental materials to complete a cable run.600 Tasks1002(Option Year 1) All labor, tools, equipment, materials, parts, transportation, services, and supervision required to install a maximum of 900 feet of 12 Strand MM fiber optic network cable. This task is to include wall plates, jacks, cable management, labels, pull strings and required incidental materials to complete a cable run.5 Tasks 1003(Option Year 1) All labor, tools, equipment, materials, parts, transportation, services, and supervision required to install 24P 6A patch panels Panduit/DPxx688TG.20 Tasks1004(Option Year 1) All labor, tools, equipment, materials, parts, transportation, services, and supervision required to install a Fiber 36 port patch panel: Ortronics; part number FCOU-P, with ST, type connector termination.5 Tasks2001(Option Year 2)All labor, tools, equipment, materials, parts, transportation, services, and supervision required to install a maximum of 328 feet of CAT6A network cable. This task is to include wall plates, jacks, cable management, labels, termination blocks, mounting brackets, pulls strings and required incidental materials to complete a cable run.600 Tasks2002(Option Year 2) All labor, tools, equipment, materials, parts, transportation, services, and supervision required to install a maximum of 900 feet of 12 Strand MM fiber optic network cable. This task is to include wall plates, jacks, cable management, labels, pull strings and required incidental materials to complete a cable run.5 Tasks 2003(Option Year 2) All labor, tools, equipment, materials, parts, transportation, services, and supervision required to install 24P 6A patch panels Panduit/DPxx688TG.20 Tasks2004(Option Year 2) All labor, tools, equipment, materials, parts, transportation, services, and supervision required to install a Fiber 36 port patch panel: Ortronics; part number FCOU-P, with ST, type connector termination.5 Tasks3001(Option Year 3) All labor, tools, equipment, materials, parts, transportation, services, and supervision required to install a maximum of 328 feet of CAT6A network cable. This task is to include wall plates, jacks, cable management, labels, termination blocks, mounting brackets, pulls strings and required incidental materials to complete a cable run.600 Tasks3002(Option Year 3) All labor, tools, equipment, materials, parts, transportation, services, and supervision required to install a maximum of 900 feet of 12 Strand MM fiber optic network cable. This task is to include wall plates, jacks, cable management, labels, pull strings and required incidental materials to complete a cable run.5 Tasks 3003(Option Year 3) All labor, tools, equipment, materials, parts, transportation, services, and supervision required to install 24P 6A patch panels Panduit/DPxx688TG.20 Tasks3004(Option Year 3) All labor, tools, equipment, materials, parts, transportation, services, and supervision required to install a Fiber 36 port patch panel: Ortronics; part number FCOU-P, with ST, type connector termination.5 Tasks4001(Option Year 4) All labor, tools, equipment, materials, parts, transportation, services, and supervision required to install a maximum of 328 feet of CAT6A network cable. This task is to include wall plates, jacks, cable management, labels, termination blocks, mounting brackets, pulls strings and required incidental materials to complete a cable run.600 Tasks4002(Option Year 4) All labor, tools, equipment, materials, parts, transportation, services, and supervision required to install a maximum of 900 feet of 12 Strand MM fiber optic network cable. This task is to include wall plates, jacks, cable management, labels, pull strings and required incidental materials to complete a cable run.5 Tasks 4003(Option Year 4) All labor, tools, equipment, materials, parts, transportation, services, and supervision required to install 24P patch 6A panels Panduit/DPxx688TG. 20 Tasks4004(Option Year 4) All labor, tools, equipment, materials, parts, transportation, services, and supervision required to install a Fiber 36 port patch panel: Ortronics; part number FCOU-P, with ST, type connector termination.5 Tasks Corrected RFI Response: Question: 4) Is OSP (Outside Plant) cabling a requirement of this SOW? No. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download