Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2004 FBO #0878
SOLICITATION NOTICE

D -- Concrete Monopole Tower - Honolulu, HI

Notice Date
4/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
517910 — Other Telecommunications
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Honolulu & Far East Area Offices, 300 Ala Moana Blvd., Room 8-115, Honolulu, HI, 96850
 
ZIP Code
96850
 
Solicitation Number
Reference-Number-9T4HGPI8627
 
Response Due
5/5/2004
 
Archive Date
12/31/2005
 
Point of Contact
Daniel Dyer, Contracting Officer, Phone 808-541-2010, Fax 808-541-3604,
 
E-Mail Address
daniel.dyer@gsa.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is the Request for Quotes (RFQ), under number 9T4HGPI8627. The General Services Administration, Federal Technology Service, Region 9, Hawaii Area Office, requests firm-fixed-price offers be posted electronically at the Information Technology Solutions Shop (ITSS: http://it-solutions.gsa.gov/). All users must register prior to being authorized access to ITSS. Questions regarding ITSS should be sent to the ITSS Helpdesk. Offers are due in writing no later than 5:00pm on 05 May 2004. All responsible sources will be considered. The RFQ document and incorporated provisions and clauses are those in effect through FAC 01-22. The government intends to purchase a 45 ft PE certified typhoon-rated (175 MPH) concrete monopole tower in accordance with the following Performance Based Statement of Work: Communications System Deployment 1.0 Organization to be supported: USCG ESU Honolulu, Sand Island Access Road, Honolulu, HI, 96819-4398 2.0 Scope: Provide all communications supplies and services to deploy a VHF/ADF/Microwave Communications Site at the USCG Marianas Section (MARSEC) in Agana, Guam. 3.0 Specific Requirements: PERFORMANCE-BASED MATRIX Task Indicator to be Monitored Standard for Successful Performance Quality Assurance Surveillance Plan Incentives 3.1 Contractor shall procure and install a 45 ft PE certified typhoon-rated (175 MPH) concrete monopole tower on the northeast side of the USCG MARSEC building Inspection of Monopole and design specifications Typhoon rated in accordance with. EIA/TIA-222-F. Must be PE certified for 175mph wind load. Government analysis of solicited and unsolicited feedback from all applicable resources Positive performance evaluations 3.2 Contractor shall install one (1) GFE VHF antenna and cabling and one (1) 2 ft GFE microwave dish and cabling onto the tower. Antenna and operation. Installation in compliance with national electric and Guam electric code regulations with 100% functionality. Government analysis of product and solicited and unsolicited feedback from all applicable resources Positive performance evaluations 3.1 Contractor shall install a 45 ft typhoon-rated concrete monopole tower on the northeast (harbor) side of the USCG MARSEC building. The contractor shall provide and install a lightening rod with grounding system (isolated from building ground) for the concrete pole. The contractor shall provide and install a vertical coax cable ladder onto the concrete pole. This is to secure the antenna transmission coax lines to the concrete pole. 3.2 Contractor shall install one (1) GFE VHF antenna and cabling and one (1) 2 ft GFE microwave dish and cabling onto the tower as described below. GFE Antenna/mounts ? Quickfire M/W antenna, mount at 35? facing Nimitz Hill. - VHF Antenna, Shakespeare 476, mounted at 45? 3.2.1 The contractor shall provide and install cross arm mounts onto the concrete pole. Monopole Chain Mount Description: Polygon Monopole Chain Mount with 4-1/2" x 63" pipe mount and 8' chain. Source of Supply: Tessco, 11126 McCormic RD., Hunt Valley, MD 21031, Phone: (800) 472-7373, 2 EA., Item #24322, Price: $345.00, Wt 130 lb., (2) two triple chain mounts are required, one for the M/W antenna and other for VHF antenna No other cross arms are needed or required. The adjustable Monopole Chain Mount attaches frames and antennas to either round or multi-faced monopoles. Mounts with an 8" chain accommodate monopoles from 8" to 30" in diameter and mounts with a 16" chain accommodate monopoles from 8" to 60" in diameter. Standard mounts use 2 pairs of chains for securing frames or antennas while the heavy duty Triple Chain Mount provides an additional pair of chains required to mount 8' and 10' microwave antennas. 3.2.2 The contractor shall provide and install an approximate 10ft horizontal coax cable bridge from the equipment building to the concrete pole. The coax bridge is used to secure the antenna transmission coax cables from the building to the concrete pole. The contractor shall run the GFE antenna cabling via weather tight bulkhead penetration stuffing tubes into the Communications Center GFE location. All roof mounted hardware shall be typhoon-rated (able to withstand 175mph wind loading). 4.0 Definitions: None 5.0 Government Furnished Equipment (GFE) and Services: The client shall provide (1) VHF antenna and cabling and one (1) 2 ft microwave dish and cabling. Client will provide on-site technical direction during project. Photographs of the cite may be found at ITSS, under task order 9T4HPG008. 6.0 Contractor Furnished Items/Services: The contractor shall provide the 45-foot typhoon rated monopole and all equipment and services necessary to deploy the structure, the coax cable bridge and hardware for the GFE antennas. 7.0 Period of Performance: Award, plus 45 days. The following FAR clauses apply: FAR 52.212-1, FAR 52.212-4, and FAR 52.212-5 apply to this acquisition. FAR 52.212-2 does not apply to this sole source acquisition. Quotes shall include a completed copy of the provisions at FAR 52.212-3 and DFARS 252.212-7000 and 252.247-7022. The following additional FAR clauses apply: 52.203-6, 52.203-6 Alt I, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. The following additional DFARS clauses apply: 252.212-7001, 252.204-7004, 252.205-7000, 252.225-7012, 252.225-7014, 252.227-7015, 252.227-7037, 252.243-7002, and 252.247-7024.
 
Place of Performance
Address: Honolulu, Hawaii,
Zip Code: 96819
 
Record
SN00569636-W 20040422/040420212501 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.