Introduction
The General Services Administration (GSA) is considering a new cable installation and information technology contract. The Government does not intend to award a contract on the basis of this Request for Information (RFI). The purpose of this RFI is to gather data and current market place information from industry, including small business firms. The information obtained from this RFI will be used to assist in developing the most suitable acquisition strategy. Furthermore, interested parties will not be reimbursed for any costs related to providing information in response to this RFI. Responses to this RFI are due no later than August 17, 2015 by 4:00 PM Mountain Time.
The information technology and cabling services would be in support of the Dugway Proving Ground (DPG) Garrison, tenant and related units. All areas are accessible via paved and dirt roads. The distance between areas varies between 5 and 25 miles. DPG is located in the Great Salt Lake Desert, approximately 85 miles southwest of Salt Lake City Utah. Surrounded on three sides by mountain ranges, DPG's terrain varies from level salt flats to scattered sand dunes and rugged mountains. Work efforts may also be off the installation in the Fish Springs Wildlife Reserve, Hill Air Force Base's North Range, Salt Lake City and BLM property.
The proposed North American Industry Classification System (NAICS) code for these services is 238210 Computer and Network Cable Installation, with a small business size standard of $15 Million.
This RFI is meant to achieve the following goals:
1.) To survey the market place to determine what type of firms are available to do this work.
2.) Determine how the work will be carried out
3.) To gain feedback from industry and any other relevant stakeholders on proposed methods for the installation work
A. General Description of the Services Requested
The contractor is to perform the tasks associated with providing LandWarNet services to DPG Garrison, Tenant and related units. The tasks to be performed are focused on network switching and systems, telephone systems, optical, metallic and RF transmission, optical and metallic cabling and associated subsystems, video teleconferencing systems, land mobile radio systems, security and surveillance systems. The described tasks to be performed during the installation of these systems include but are not limited to those specified in the paragraphs below.
The Contractor shall provide all personnel, materials and equipment to provide Director Of Information Management (DOIM) services as set forth herein, except that which has been identified to be Government provided within each specific task order.
Work under this contract shall comply with all applicable regulations, laws, standards, codes, best business practices and manufacturer specifications associated with the task to be performed. In the absence of a specific designation to the contrary, any reference made to any standard, permit, law, regulation or other directive shall be understood to refer to the latest edition in effect.
Outside Plant Tasks
Fiber Optic (Underground, Buried, Aerial)
Twisted pair (Underground, Buried, Aerial)
Coaxial (Underground, Buried, Aerial)
Splicing & testing
Building Entrance Terminals
Terminations (Fiber, Coaxial)
Bonding / Grounding
Manhole and Duct
Utility poles
Enclosures
Telecom node structures
Inside Plant Tasks
Cabling (twisted pair, Fiber, Coaxial)
Terminations (Twisted Pair, fiber optic coaxial)
Connecting blocks (110 blocks, wire wrap, 66 blocks, terminal and any other connections specified in individual task orders)
Racks and cabinets
Grounding
Conduits, raceway and cable trays
PA systems
Telephone Systems and Instruments
Uninterruptable Power Systems
Transmission Systems Tasks
Carrier Systems
Multiplexer systems
AC power systems
DC power systems
Alternate Power systems
Land Mobile Radio (LMR) Tasks
Towers, Antennas
Microwave systems
Cellular regeneration
Cabling and termination
Trunked radio systems
RF repeaters
Combiners and filters
Satellite
Radio mobile, portable and base station
Dispatch station
Voice RF systems
Racks and cabinets
Grounding
Security and Surveillance Tasks
Towers
Cameras
Enclosures
Encoders
Decoders
Multiplexing
Achieving and Storage
Monitors
Keyless Entry
Ground Radar
MATV Systems
Mass notification
Intrusion Detection
Networking Tasks
Switches
Routers
Transceivers
Encryptions
Firewalls
Servers
Appliances
DSL/DSLAM
Video Teleconferencing Tasks
VTC systems
VTC bridging
Teleconferencing Voice
Voice Bridging
B. Responses from Industry
Responses and input from interested parties is requested. In responding to this RFI please provide the following information:
1. A two to three page (2-3) summary of your company’s services and relevant experience including NAICS code that pertains to each perspective task.
2. Response to the following questions limiting your total response to up to 10 pages (8.5”x11”, Times New Roman font, size 12).
C. Questions for Industry
1.) What is your company name, address, point of contact, telephone number, email address, and size of your organization (ie large business, small business) using NAICS 238210 as the basis of your response.
2.) How many years of experience does your company have with similar projects?
3.) What are the best practices or lessons learned based on your experience that you feel are important and applicable to the solicitation.
4.) The purpose of the RFI is to elicit data and current market place information from companies including small business firms.
a.) Can this work or parts of it be performed by a small business?
b.) What percentage of work can be completed directly by a small business prime contractor without subcontracting?
c.) If subcontracting will be required which services listed in section A, of this RFI need to be subcontracted?
d.) Are you a small business? If yes, what socio-economic category does your business identify as? (Hubzone, 8A, Women Owned Small Business, Veteran Owned Small Business, etc.).
e.) Describe how you would address quality control in this type of contract, and how you mitigate impact to performance in the various locations?
f.) Briefly describe any teaming arrangements that you may have been involved in that may be relevant to the scope of services in this RFI. How were responsibilities distributed amongst them, and how was the team held accountable?
D. Questions for Government Agencies
While the primary purpose of the RFI is to gather information from industry, GSA would also welcome feedback from Government agencies about any aspect of this RFI. Industry partners do not need to respond to these questions.
1.) How does your agency typically procure cabling and information technology installation services? For example, what contract vehicles are used and what contract types?
2.) Do you have any input to the questions posed to industry in Section B?
E. Response Requested
Your response must be provided no later than August 17, 2015 by 4:00 PM Mountain Time. Response packages should be sent by email to the following inbox: [email protected]