Skip to main content

An official website of the United States government

You have 2 new alerts

Install Eighty-Two (82) NIPR drops in 31 data outlets and additional Telecommunication Equipment in Bldg. T-126 on Fort Shafter, Hawaii

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Solicitation (Original)
  • Original Published Date: Feb 28, 2025 01:03 pm EST
  • Original Date Offers Due: Mar 14, 2025 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 29, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 541519 - Other Computer Related Services
  • Place of Performance:
    Honolulu , HI 96819
    USA

Description

Contractor will provide personnel, management, tools, equipment, parts and materials, transportation and other items and services necessary to install Eighty-Two (82) NIPR drops in 31 data outlets and additional Telecommunication Equipment in Bldg. T-126 on Fort Shafter, Hawaii.

Contractor will complete the following requirement(s) as stated below:

1. Install Two (2) NEW Trilogy DL2700IC 10 key digital lock with a Best Lock Core 7 Pin (SKU# BE/1C7-D1-626)

2. Install a NEW cut-to-fit 4’ X 8’ fire rated backboard for the NEW 4”, 2-hole, copper Primary Bus Bar (PBB) and bond to power panel using # 6 AWG grounding cable inside a ½” conduit. Label PBB and bonding cable

3. Convert existing Circuit #13 (Electrical Panel C) in the telecom room to a NEW L5-20R dedicated outlet and relocate to NEW 7-foot Telecommunication Rack. Secure, Ground and Label rack to standard.

4. Remove & dispose of all existing voice & data patch panels, faceplates, boxes, voice & data cabling, drops, Panduit, telecom racks, cabinets, etc.

5. Repair & paint walls as needed.

6. Install & label a NEW 2-hole, copper Rear Bus Bar (RBB) to Rack and bond to PBB using # 6 AWG grounding cable.

7. Install & label two (2) NEW CISCO 9300-48P-A, 48 Port switches, two (2) power supplies (PWR-C1-715WAC-P & PWR-C1-715WAC-P/2) per switch, two (2) each SFP(SFP-10G-LR++=) per switch and two (2) 10G Network modules (C9300-NM-8x) inside the cabinet and bond each switch to RBB using # 6 AWG grounding cable.

8. Install & label two (2) NEW CAT6 48 port patch panels and four (4) NEW Synergy 24 Port Patch Box System (CAT6, Green) inside cabinet.

9. Replace/ Install four (4) ceiling tiles.

10. Install a NEW L5-20P to 5-20R Protection Distribution Unit (PDU) on rack.

11. Replace existing single mode patch cord from wall FOPP to a NEW, Single mode patch cord and plug into switch. Label patch cord

12. Install & Label eighty-two (82) NEW CAT6, green data drops in 31 data outlets.

13. Provide ninety-six (96) NEW CAT6, 10 feet patch cords to COR for NEW data drops. (see drawing)

14. Firestop/ Label all holes and annular spaces in the telecom room.

15. System installation will be a turn-key solution. The COR will announce any changes at the site survey.

Contractor shall label all drops and equipment according to the NEC Standardized Labeling Program.

Contractor shall abide by all TIA standards for Telecommunication installation.

**Site visit scheduled for 11 March 2025 @ 0930 hrs. at bldg. T-126; POC Kyle Mishima 808-787-0491.**

IAW FAR 52.237-1 (Apr 1984) 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.

1.INSTRUCTION TO OFFERORS – Vendors are to comply with the instructions cited in the PWS regarding submission of proposal which includes their project approach and provides a breakdown of labor and equipment costs.  Labor should include listing of your work mix and labor rate. Equipment cost should include listing of proposed equipment and individual and total cost. Cost should include all taxes/fees/lodging and travel expenses computed into the overall pricing.  Proposal should clearly state the cost for labor and equipment separately for comparison. Proposal should include drawings supporting proposal solution for each of the three buildings. (Drawings for the proposal may be accomplished using AUTOCAD or POWERPOINT for the proposal.

2. EVALUATION – Award will be made based on technical approach described in the proposal and price. Award will be made to the lowest priced technically acceptable proposal based on the requirements of the PWS.

Last day for submission of questions 14 Mar 2025

Contact Information

Contracting Office Address

  • KO DIRECTORATE OF CONTRACTING 536 PALM CIRCLE DR BLDG T 122
  • FORT SHAFTER , HI 96858-5025
  • USA

Primary Point of Contact

Secondary Point of Contact

History