To place a bid or register go to Unison Marketplace

View Details for Buy # 1145549

View Other Versions: 1145549_01  1145549_02  1145549_03 

General Buy Information

Buy #: 1145549  
Solicitation #: x000-1
Buy Description: PDS Communications Infrastructure Upgrade Fort Cavazos
Category: Z2 -- Repair or Alteration of Structures and Facilities
Sub Category: Z2JZ -- Repair or Alteration of Miscellaneous Buildings
NAICS: 238210 -- Electrical Contractors
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: No Set-Aside Restriction
Buyer: MICC Fort Cavazos
End Date: 08/11/2023
End Time: 12:30 ET
Seller Question Deadline: 7/27/2023 - 11:00 ET
Delivery: Special Delivery Instructions - See Statement of Work/Delivery Attachment

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
001 The contractors shall be certified in the installation of Holocom PDS (interlocked raceway distribution). Period of Performance is 11 August-9 November 2023. In Bldg. 37011, the contractor shall remove the existing non-compliant Holocom PDS raceway from the walls throughout the entire building and discard the pre-existing PDS material. The contractor shall re-install Holocom PDS raceway of ferrous material following the original PDS routing throughout the entire building. Install new SIPR LAN cabling per the Fort Hood Installation design guide to all existing areas within the building that previously had SIPR user-boxes. All user-drop boxes should be mounted at least 48” from the floor, and all Holocom PDS should generally follow the plan dictated in the floor plan. The IPS container in the Telecommunication Room. Contractor shall install RED category 6 cable throughout the building, terminate the user end utilizing RJ-45 8P8C jacks mounted with RED modular connectors. The distant end for the IPS containers shall be terminated using TIA/EIA T568B standards and following the NEC T-IDG requirements. Install a Category 6 patch panel in the IPS container (if needed) or use existing patch panel. Contractor shall install one Blue category 6 cable in the Telecom Room near the IPS container, terminate the user end utilizing RJ-45 8P8C jacks mounted with a single port modular connector. Terminate the other end of the cabling onto an existing port on the patch panel on the data rack in the TR. Apply approved epoxy\sealant to all joints and seams of installed Holocom PDS raceway when re-sealing the PDS raceway. Label all drop locations and patch panel per the Fort Hood NEC IDG. Test per EIA/TIA and NEC IDG standards; provide test results\documentation to the NEC Project POC. Damages to cabling and PDS equipment shall be repaired by contractor to the satisfaction of the NEC PM and IA inspector. *Contractors must be Holocom Certified as stated in SOW. Please provide documentation as attachment stating certification. * Site Visit will be conducted on 1 AUGUST 2023, 1000-1100hrs. See attachment. POC: SSG Xochitl Tiedemann, email: xochitl.j.tiedemann.mil@army.mil Please email POC identifying attendance to site visit. **The award will be based on the lowest evaluated price of proposals received that meet, or exceed, the acceptable standards of the non-price factors identified in the solicitation IAW FAR 15.101-2(b)(3). All proposals received will be evaluated for technical acceptability. 1 JOB

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Buyer is allowing Sellers to submit bids that either meet or exceed the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
There is no Set-Aside restriction for this Buy.
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)
The Buyer has provided special instructions for delivery – See Statement of Work/Delivery Attachment.
The Buyer is requiring interested Sellers submit Bids with pricing inclusive of all Line Items.

Buy Terms

Name Description
ATTENTION OFFERORS!! In responding to this request for quote, you must provide the manufacturer's name and part numbers AND salient characteristics of the items you are proposing to sell to the Government. Regardless of the terminology used in each RFQ ("Brand Name or Equal", or "meet minimum stated specifications), the information describing what you are offering must be physically written into the seller's bid specification block. Salient characteristics are defined as "pronounced features of an item that identify it describe its size and composition, functional intent, and/or operational capabilities or limits." When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency. Responses such as "bidding exact match", "as specified", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above will be eliminated from the competition without consideration of their offer. If you are bidding the same product as is being requested, your seller bid specification should indicate: "Bidding on Manufacturer (Insert Name) and Part Number (Insert Number). If you are bidding on an "or equal" product, your seller bid specification must state: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). If your response does not contain all of the required information called out in this notice, your quote will be determined nonresponsive and will not be considered for award.
ACKNOWLEDGEMENT OF RE-POSTINGS (AMENDENTS) REQUIRED The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation.
NAICS CODE The applicable NAICS code for this procurement is 238210 with the related size standard of 2500. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply “shall render their quote as non-responsive.”
PROTESTING Unison Marketplace BUYS Unison Marketplace is a mechanism used by this office to solicit for common use commercial items in accordance with FAR 13.5. Unison Marketplace is NOT a forum for filing protests against the Government. Attempts to file protests through Unison Marketplace will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil. Packages sent Federal Express or UPS should be addressed to: HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA 22060-5527. The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the HQ, AMC to obtain the AMC-Level Protest procedures.
Commercial Items Terms and Conditions The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
Addendum to FAR Clause 52.212-4(a) Inspection/Acceptance The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities.
SAM Requirement Company must be registered on System for Award Management (SAM) prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply “shall render their quote as non-responsive.” If company is not registered in SAM, they may do so by going to SAM web site at www.sam.gov.
Equipment (Supply) requirement New equipment ONLY, NO remanufactured products
Shipping Condition FOB Destination CONUS (CONtinental U.S.)
Period of Acceptance of Offers Bid MUST be good for 90 days, after submission. No partial bids will be accepted.
SPECIAL FORT HOOD INSTRUCTION-QUOTE CLARIFICATIONS Proposed responders must submit any questions concerning this solicitation before (date), (time), to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered.

Shipping Information

City State   Zip Code
See Statement of Work

Seller Attachment(s): Required

Contractors must be Holocom Certified as stated in SOW. Please provide documentation as attachment stating certification. POC: SSG Xochitl Tiedemann, email: xochitl.j.tiedemann.mil@army.mil Please email POC identifying attendance to site visit.
Quote breakdown

Buy Attachment(s)

No. Document Name   Document Size
001 Site_Visit_Information.docx   631 KB
002 Building_Diagram.pptx   153 KB
003 Statement_of_Work.docx   19 KB