Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:AQ106924A3517
Summary of the Statement of Work (SOW) for Underground Cabling Plant Maintenance Purpose: The U.S. Department of State requires a contract for emergency underground cable repairs at the Foreign Affair...
Summary of the Statement of Work (SOW) for Underground Cabling Plant Maintenance Purpose: The U.S. Department of State requires a contract for emergency underground cable repairs at the Foreign Affairs Security Training Center (FASTC) for a base year and four optional renewal years. The scope includes maintenance of approximately 400 miles of underground cabling and additional interior cabling for data drops in existing buildings. THIS IS A TOTAL SMALL BUSINESS SET ASIDE Scope of Work:Emergency Repairs: Address failures in underground cabling systems due to natural or manmade events, requiring expedited response. Cabling Installation: Install additional data drops in existing buildings based on detailed requirements provided in specific Statements of Work. Performance Period: The contract spans one base year with four optional years, contingent upon funding availability. Government Furnished Materials: The government will supply necessary documentation and specifications for the contractor. Reporting Requirements: Contractors must provide daily updates on emergency repairs and submit documentation of completed work, including cable test results. Quality Assurance: Compliance with applicable standards is mandatory, with the government reserving inspection rights. Key Provisions: 1. Adherence to Virginia State Law regarding underground work. 2. Timely response to emergency situations, with repairs initiated within 24 hours. 3. Restoration of work areas to original conditions post-repair. 4. Itemized billing for completed work. Location Services: Contractors must mark underground cable pathways within two business days of notification. Building Cabling Standards: Clear guidelines for cabling installation, including cable types, installation methods, testing protocols, and labeling standards. Warranty: Workmanship guaranteed for six months post-acceptance. Labor Security Requirements: Contractor personnel must be U.S. citizens or legal aliens with background checks. Invoice Submission: Invoices to be submitted quarterly via the Invoice Processing Platform (IPP). *The order that comes from this solicitation will be awarded to the Lowest Price Technically Acceptable (LPTA). The areas that will be reviewed as Acceptable/Unaccaptable are as follows: Criteria 1: Does vendor have experience with Duct bank and underground repairs? Criteria 2: Does vendor have experience with Installing CAT6/Fiber cable? Criteria 3: Does vendor have experience with connecting cabling to racks and patch panels? Criteria 4: Does Vendor have experience with terminating cabling, different types of terminations such as LC/SC, RJ-45, keystone, and wall ports? Criteria 5: Does vendor have experience in heavy digging machinery as it pertains to duct bank repair/construction? Criteria 6: Does vendor have experience and means to pull fiber through duct banks? Criteria 7: Does vendor have experience/means to install conduit for cabling? Criteria 8: Does vendor have employees that can be issued a State Dept FAC badge, employees that can pass a moderate risk public trust background check? Criteria 9: Does vendor have ability to mark underground duct banks? Criteria 10: Does vendor have experience in pumping water and debris from manholes? Criteria 11: Does the vendor have equipment to pump out water and debris from manholes? Criteria 12: Does vendor agree to respond to emergency repair request by phone within 4 hours of receiving notification by phone? Criteria 13: Does vendor agree to be on site within 24 hours of initial notification of emergency repairs? Criteria 14: Does vendor agree respond to non-emergency request for quote/statement of work within 5 business days? Criteria 15: Does vendor agree to using the color code standard set for FASTC networks? Any questions must be submitted in email by February 25, 2025 5pm EST to BJ Roper (roperjrma@state.gov) and Patrick Jones (jonespr@state.gov).