CAT6 Cable Installation DFAS Rome
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Mar 29, 2022 04:32 pm EDT
- Original Published Date: Mar 16, 2022 05:40 pm EDT
- Updated Date Offers Due: Mar 31, 2022 01:00 pm EDT
- Original Date Offers Due: Mar 31, 2022 01:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Apr 15, 2022
- Original Inactive Date: Apr 15, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5810 - COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS
- NAICS Code:
- 561621 - Security Systems Services (except Locksmiths)
- Place of Performance: Rome , NY 13441USA
Description
HQ0423-22-R-0012
REQUEST FOR QUOTE (RFQ)
CAT6 Cable Installation DFAS Rome
Title of requirement: CAT6 Cable Installation for Defense Finance and Accounting Service Rome (DFAS-RO)
The purpose of this contract is to install CAT6 cable lines with RJ45 ends from the applicable Security Tower server locations to each of the current 40 camera positions within the DFAS Rome facility.
Set Aside: This will be a total small business set-aside. NAICS code for this announcement is 561621 with small business size standard of $22 million. Quotes only from small business concerns and Federal Prison Industries (FPI) will be accepted. Quotes received from concerns that are not small business or FPI shall be considered nonresponsive and will be rejected.
Reference No.: KOARO22RE019
SOLICITATION CLOSING DATE: All quotes must be received by the closing date/time on March 31, 2022 at 1:00 PM eastern. Preferred delivery method for submission of your quote is via email: anthony.m.svab2.civ@mail.mil. Quotes shall include at a minimum, in addition to the items listed in the section “BASIS for AWARD” below, the following:
- Unit pricing per line item as shown on the separately attached schedule of items table;
- Vendor Contact Name, Phone Number and Email Address
- Company Cage Code and DUNS Number
- Tax Identification Number
- Business Size: Small/Large/Other: _______________
- Place of Manufacture
Note: A Schedule of Items table has been provided as a separate attachment to assist with supplying the required pricing and vendor contact information.
Attached Documents: Statement of Work (SOW), Schedule of Items, and Full Text (Clauses and Provisions).
Issued by:
Point of Contact: Anthony Svab
DFAS Contract Services Directorate
3990 E Broad Street
Bldg. 21
Columbus, OH 43213-1152
Phone: 614-701-4283
Fax: 614-701-2918;
Email address: anthony.m.svab2.civ@mail.mil
Contract Type: Under FAR Part 13.3 the Government intends to award a single firm fixed Price (FFP) award.
REQUIRED: Page 1-3 of the document “Full Text” must be completed by the vendor and sent in with that vendor’s quote. Failure to complete the necessary representations of these two (2) provisions will result in that vendor’s quote NOT being considered for award.
Description of Requirement: The purpose of this contract is to install CAT6 cable lines with RJ45 ends from the applicable Security Tower server locations to each of the current 40 camera positions within the DFAS Rome facility. The scope of the work to be performed will entail running CAT6 cable lines from each security tower server to the current existing camera position. There are four (4) Security Tower locations E101c\W110\W315\W208. Each camera is dedicated to a given Security Tower server for a total of forty (40) lines.
a) 13 Lines to be installed at E101c
b) 11 Lines to be installed at W110
c) 09 Lines to be installed at W315
d) 07 Lines to be installed at W208
Each CAT6 cable line run will have the RJ45 ends attached at each end, and a continuity check of the line confirmed for operability. The CAT6 lines will not be attached to the cameras or servers during this installation. The new lines will be set in place for future attachment to new IP cameras and servers that will be installed at a later time. The lines shall be identified at the Security Tower server connection end with white labeling tape and black writing denoting each camera. The Contractor shall provide personnel, parts, equipment, labor, tools, materials, and other items and services necessary to perform the installation. Testing, necessary troubleshooting and confirmed operability of each line will be completed and a report submitted to the COR for completion. The Contractor shall include a ladder or lift to install cabling as ceilings vary in height from 10-20 feet.
Standard Features:
QNTY ITEM AMOUNT
02 Boxes RJ45 Connectors 50 ea.
12 Spools Wire, CAT6 Plenum, Shielded 1000 ft. per spool
See attached Statement of Work for more details.
SITE VISIT: Due to the need for the vendor to have precise understanding of the requirement, in order for a vendor to be considered for award, a site visit will be MANDATORY. The site visit will be held on March 24, 2022 and 9:00 AM (eastern). Failure to attend the site visit will result in the removal of your company’s quote from consideration. All costs associated with the site visit will be at the vendor’s expense. Due to the ongoing COVID-19 pandemic, masks may be required for the site visit. Interested vendors need to contact Jeffrey McMichael at 315-709-6065 or at jeffrey.v.mcmichael.civ@mail.mil to sign up for the site visit. This should be the ONLY contact made to this individual for the purposes of this RFQ. All questions must be submitted to the email address listed at the end of this RFQ.
Warranties: The contractor shall provide all services associated with manufactures Lifetime Limited warranty to include shipping and all other fees within the first 90 days.
Place of Performance, Inspection, and Acceptance: Deliver FOB Destination to occur no later than 90 days from date of contract award. Address for Delivery:
Defense Finance and Accounting Services (DFAS)-Rome Warehouse,
145 Electronics Parkway, Rome, NY 13441
POC: Chet Stuttler, Site Support Supervisor (315) 709-6063
List any Acceptance Criteria: All or none basis.
Conformance to SOW: You must provide the supplies and services in accordance with the Statement of Work. Unless an exception is specifically noted within your quote, your quote will be considered to be in complete conformance to the solicited requirements.
BASIS FOR SELECTION: The Government will award a single contract to the Contractor whose quote is determined to be lowest price technically acceptable.
Cost of Quotes: Expenses incurred in the preparation of quotes in response to this RFQ are the vendor’s sole responsibility and not reimbursable by the Government.
Invoicing and Payment: Invoices shall be submitted as a 2-in-1 or Combo invoice via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract per DFARS Clause 252.232-7006 Wide Area Work Flow. It is the Contractor’s responsibility to register in the WAWF system in order to insure prompt payment. Once the invoice is received in WAWF, the Acceptor will review and if correct accept it for payment.
Contracting Officer’s Representative (COR): The COR will act as the on-site, technical point-of-contact for the Government during execution of this contract. The COR’s authority is limited to technical issues and is not authorized to make contractual decisions. The COR will monitor performance, funding and payment requirements. An alternate, will be assigned if the designated COR is unavailable. COR will be provided upon award of any resultant contract.
Wage Determination: The Service Contract Act of 1965, as amended, applies to this acquisition, per the Federal Acquisition Regulation (FAR) clauses that have been incorporated by reference (FAR 52.212-5). Wage Determination No 2015-4165, Revision No. 17, dated 12/27/2021 is applicable to this solicitation and may be viewed at https://www.beta.sam.gov/
Applicable Provisions and Clauses: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-05. The Government intends to include the following FAR and DFAR clauses and provisions, either by reference or in full text in the resulting award. NOTE: The FAR and DFARS clauses may be accessed in full text at http://www.acquisition.gov/browse/index/far.
Provisions by Reference:
52.204-7
System for Award Management
OCT 2018
52.204-16
Commercial and Government Entity Code Reporting
AUG 2020
52.209-11
Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
FEB 2016
52.212-1
Instructions to Offerors – Commercial Items
DEC 2021
52.212-3
Offeror Representations and Certifications—Commercial Items
DEC 2021
252.203-7005
Representation Relating to Compensation of Former DoD Officials
NOV 2011
252.204-7008
Compliance Safeguarding Covered Defense Information Controls
OCT 2016
252.204-7019
Notice of NIST SO 800-171 DoD Assessment Requirements
NOV 2020
Clauses by Reference:
52.204-18
Commercial and Government Entity Code Maintenance
AUG 2020
52.204-19
Incorporation by Reference of Representation and Certifications
DEC 2014
52.211-17
Delivery of Excess Quantities
SEPT 1989
52.212-4
Contract Terms and Conditions – Commercial Items
DEC 2021
52.232-39
Unenforceability of Unauthorized Obligations
JUN 2013
52.232-40
Providing Accelerated Payments to Small Business Subcontractors
DEC 2021
52.233-4
Applicable Law for Breach of Contract Claim
OCT 2004
52.253-1
Computer Generated Forms
JAN 1991
252.201-7000
Contracting Officer’s Representative
DEC 1991
252.203-7000
Requirements Relating to Compensation of Former DoD Officials
SEP 2011
252.204-7012
Safeguarding of Unclassified Controlled Technical Information
DEC 2019
252.204-7015
Notice of Authorized Disclosure of Information to Litigation Support Contractors
MAY 2016
252.204-7020
NIST SP 800-171 DoD Assessment Requirements
NOV 2020
252.225-7001
Buy American and Balance of Payments Program
DEC 2017
252.232-7003
Electronic Submission of Payment Requests and Receiving Reports
DEC 2018
252.232-7006
Wide Area Workflow Payment Instructions
DEC 2018
252.232-7010
Levies on Contract Payments
DEC 2006
252.244-7000
Subcontracts for Commercial Items
JAN 2021
252.247-7023
Transportation of Supplies by Sea – Basic
FEB 2019
Incorporated by Full Text: The following provisions and clauses in full text have been separately attached:
52.204-24
Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
DEC 2021
52.204-25
Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
DEC 2021
52.204-26
Covered Telecommunications Equipment or Services – Representation
OCT 2020
52.212-5
Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items
JAN 2022
52.252-1
Solicitation Provisions Incorporated by Reference
FEB 1998
52.252-2
Clauses Incorporated by Reference
FEB 1998
QUESTIONS AND INQUIRIES CONCERNING THIS RFQ: All questions and inquiries concerning any aspect of this requirement must be submitted in writing to anthony.m.svab2.civ@mail.mil. Telephone requests will not be honored. The Government’s response to inquiries will be made in writing. Any resulting additions, deletions or changes to the RFQ will be made by issuances of a formal amendment. Quoters are instructed specifically to contact only the issuing contract office in connection with any aspect of this requirement prior to contract award.
PLEASE NOTE: A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive a purchase order.
Attachments/Links
Contact Information
Contracting Office Address
- CONTRACT SERVICES DIRECTORATE 3990 EAST BROAD STREET BLDG21-2B218
- COLUMBUS , OH 432131152
- USA
Primary Point of Contact
- Anthony M. Svab
- anthony.m.svab2.civ@mail.mil
- Phone Number 6147014283
Secondary Point of Contact
History
- May 19, 2022 11:55 pm EDTAward Notice (Original)
- Apr 15, 2022 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Mar 16, 2022 05:40 pm EDTCombined Synopsis/Solicitation (Original)