SOLICITATION NOTICE
83 -- Phoenix Satellite Terminal Shelter System
- Notice Date
- 6/14/2006
- Notice Type
- Solicitation Notice
- NAICS
- 314912
— Canvas and Related Product Mills
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
- ZIP Code
- 28310
- Solicitation Number
- H9223906T0046
- Response Due
- 6/27/2006
- Archive Date
- 7/12/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation in accordance with the format in FAR Subpart 12.6, and FAR 13 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. The solicitation number H92239-06-T-0046 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-098. It is the responsibility of the offeror to be familiar with all applicable clauses and provisions. Federal Acquisition Regulations and Defense Federal Acquisition Regulations Supplements (DFARS) provisions and clauses may be downloaded at http://farsite.hill.af.mil. This procurement is 100% set aside for small business. All responses from responsible small business sources will be fully considered. The NAICS Code is 314912 and the size standard is 500 employees or less. This acquisition is to be a firm fixed price type contract. The right to make multiple or no award(s) is reserved in the event it is advantageous to the Government to do so. This action is to provide required equipment to US Army Special Operations Command at Fort Bragg, NC as described below. The Government requires two (2) each Phoenix Satellite Terminal Shelter Systems. The system must meet the following minimum requirements: a. Tent must enclose the shelter portion of the AN/TSC-156 Phoenix terminal without interfering with movement or operation of shelter-mounted 2.4-meter satellite antenna dish. The tent coverage must provide protection for the curbside and roadside panel doors when open. It must also cover the rear main door in the open position and all cable connections. Additionally, the sides and rear tent portions must provide at least four feet of clearance from the side of the shelter. The tent and supporting structure cannot require any drilling or modifying of the Phoenix structure; however, it may use clamps, straps, or bungee cords to attach to the terminal. The tent must secure adequately to the shelter in order to withstand a sustained 45 mph wind and gusts of up to 60 mph. b. Tent must have compatible inlet/outlet ports to connect our currently owned 2.5 ton Environmental Control Units (ECUs). The tent requires one inlet/outlet connection on the left and one on the right side of the tent with an additional port in the rear. The tent must also have two rear-facing door openings with associated doors and flaps. The doors must have the connection capability to attach to the existing Alaska tent structure. c. Tent must provide a fan-powered duct to direct cool air to the antenna backbone. The duct must connect to an existing, custom-made, inlet panel on the bottom of the backbone assembly. The duct must make a weatherproof seal to the inlet panel to prevent water and sand from entering the antenna backbone. This duct must connect to the antenna when it is in any position and must not interfere with the dish?s movement or operation. It must be removable for non-operational conditions. d. Tent and flooring must connect to the Phoenix terminal while in operation and provide a reasonable barrier from sun, wind, and dust. The flooring must have a smooth surface to enable sweeping of dirt and sand away from the equipment. The flooring sections must be 1 foot by 2 feet in rectangle and must interconnect to provide a stable flooring platform. The flooring must be able to sustain a weight of 440 lbs on a 2 foot by 3 foot section. e. Tent must be TAN in color. f. Tent frame must be made of light-weight non-metallic material to inhibit decomposition and be transportable by the Phoenix support vehicle that is currently close to maximum weight. The frame must collapse and be easily transportable on the vehicle. The entire shelter system must be able to be erected by a two soldier crew. Specifications: 10' L x 9' W x 8' H. and a 1XBT with 100 additional Sq .Ft. Tent must have a ?U? shaped design that allows for tent and tent flooring to be set up around AN/TSC-156, Phoenix SATCOM system while in operation to leaving the front half of the vehicle exposed. Tent must provide ample room for the satellite system to operate as well as providing a storage area. The tent must be easily deployed when packaged into two-man lift soft cases and easily transportable with on a single standard 463-L pallet. The exterior must be made of the highest quality Mil Spec stop-rip vinyl, Color: must be tan. The shelter frame must be made of durable Titanite frame construction, requiring no tools or ladder for assembly. Must have 4 ECU Ports, 2 Cable Ports, 2 ports, one on each side of the shelter, 1 soft plenum, 1 hardened plenum to cool the satellite antenna 2 Doors (4' x 7') enlarged access for cases, and three push poles. Must be able to meet environmental: Wind gusts up to 65 MPH, Temperature: -40 Degrees to +125 Degrees Fahrenheit-40 C to50 C. Fire Retardancy and Fungus Resistance. Specific Features: Tent must have screened doors vents. The tent must have 18? sand bag flaps to secure to the ground. Must have wind lines for additional staking of the tent. The fabric seams must be sewn to prevent leaks and to improve durability. Areas of high wear must be reinforced with a layer of fabric, hard flooring. Standard doors (4? x 7?) enable moving of equipment in and out of tent with ease. Doors are field-replaceable (Velcro systems on inner and outer doors). 4 ECU ports that can be closed when not in use. 2 cable ports that can be closed when not in use. A standard field repair kit is provided for a tear of 6' or less and repair of broken struts. The tent (fabric) must have been tested by the US Military and met all military soft shelter requirements for wind, rain, snow. The outer liner, frame, and inner liner should connect for easy and rapid assembly. Assembles in less than 1 hour (4 people). No special tools or ladders needed. The Government requires delivery to Fort Bragg, NC (FOB Destination). Delivery Schedule is 30 days after receipt of order (ARO). The manufacturer must provide instruction and familiarization with the items at the using unit location at the time of delivery. SOLICITATION PROVISIONS AND CONTRACT CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and clauses are applicable to the acquisition: 52.252-1 Solicitation Provisions Incorporated By Reference; 52.212-1 Instructions to Offerors - Commercial Items; Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. 52.252-2 Clauses Incorporated By Reference; 52.204-7 Central Contractor Registration; 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 (Deviation); paragraph (b) as applicable: 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-39, 52,222-41 and 52.247-64. FAR 52.219-6, Notice of Small Business Set-Aside. FAR 52.222-3, Convict Labor. FAR 52.225-1 Alt 1, FAR 52.225-1 Alt 1, Buy American Act-Supplies. FAR 52.247-29, F.o.b. Origin or FAR 52.247-34, F.o.b. Destination, as applicable to award(s). FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-6, Authorized Deviations in Clauses. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Alt A Central Contractor Registration; 252.212-7001, Contract Terms and conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items with the following clauses in paragraphs (a) and (b) applicable: 52.203-3, 252.205-7000, 252.225-7001, 252.243-7002, 252.247-7023, and 252.247-7024. DFARS 252.225-7036, Buy American Act-Free Trade Agreement-Balance of Payments Program. DFARS 252.232-7003, Electronic Submission of Payment Requests. The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated EVALUATION AND AWARD FACTORS: Award will be made to the responsive, responsible offeror whose quote conforms to this solicitation and is the ?Best Value? to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical acceptability, (2) price, (3) satisfactory past performance, and (4) delivery schedule . Technical Acceptability is defined, in order of priority as: (1) contractors ability to meet, or exceed, the required specification, and (2) documented corporate technical experiences in the manufacturing of the requested item. To be technically acceptable, the submitting offeror shall demonstrate recent experience in the manufacturing of the requested item and shall provide past performance information. A best value award will be made to the offeror submitting an offer found to be most advantageous to the government. The government will determine technical acceptability during technical review. It is the Government?s expectation that an award will be made not later than 30 June 2006. To be considered for award, the contractor shall be active in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov/ <http://www.ccr.gov/> QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (MAJ Phelps) Building E-2929 Desert Storm Drive, Fort Bragg, North Carolina, 28310, not later than 10:00 a.m. EST, June 27, 2006. Fax submissions will be accepted at (910) 432-9345 or (910) 432-2114. DO NOT SEND DUPLICATE SUBMISSIONS. Quotes shall include supporting documents for technical acceptability evaluation: (1) letter signed by an individual authorized to bind the organization, with a schedule (list) of offered items to include unit and total price, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Offerors not submitting sufficient information for evaluation may be eliminated from competition. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer?s address provided no later than 23 June, 2006. Telephonic questions will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is Scott Phelps, Contract Specialist at (910) 432-7857, e-mail phelpsc@soc.mil or Barbara Bowles, Contracting Officer at (910) 432-8598, e-mail bowlesb@soc.mil.
- Place of Performance
- Address: FORT BRAGG, NORTH CAROLINA
- Zip Code: 28310
- Country: U.S.
- Zip Code: 28310
- Record
- SN01069864-W 20060616/060614222339 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |