Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2006 FBO #1713
SOLICITATION NOTICE

58 -- Procure, Install, & Erect a LMR / UHF / VHF Tactical Communications Tower

Notice Date
8/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862
 
ZIP Code
32542-6862
 
Solicitation Number
F1T0DR6174A100
 
Response Due
8/15/2006
 
Archive Date
8/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The 96 Contracting Squadron, 96 CONS/MSCBA at Eglin AFB, Florida intends to solicit, negotiate, and award a Firm-Fixed Price contract for Installation and erection of a LMR / UHF / VHF TACTICAL Communications Tower at Duke Field, Eglin AFB, FL. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. This announcement constitutes the only solicitation; a quotation is being requested, and a written request for quotation will not be issued. This solicitation is issued as Request for Quotation (RFQ) F1T0DR6174A100. The North American Industry Classification System (NAICS) code for this acquisition is 238210, and the small business size standard is $13.0M. This notice is a 100% small business set-aside requirement. Please identify your business size in your response based upon this standard. In addition to the attached Statement of Work (SOW), a simplified plan of the required tower?s physical location to Building 3078 is available upon request. A dig location approval for the planned location is currently being obtained. (SOW) LMR / UHF / VHF TACTICAL COMMUNICATIONS TOWER (PR# F1TODR6174A100) 1. Procure and erect an 70-90 foot communications tower, including - but not limited to - any necessary parts, cables, anchors, footings, etc. for the 919 SOW/CP located at Building 3078, Room 254, Eglin Auxiliary Field 3, Eglin AFB, Florida 32542. 2. Location of tower; a. Primary - location north east corner of building 3078. b. Secondary ? north west side of the north stair well of building 3078 3. Tower shall be designed and constructed to withstand sustained winds up to 120 MPH without damage to the tower and antennas. 4. Tower shall have a built in lightning suppression system to protect radios, tower, building and antennas. 5. Contractor is responsible for all necessary dig and construction permits required by EAFB. 6. The following antennas need to be procured, installed and new antenna wire run (home run) from antenna to respective PollyPhaser on the radio rack in room 258. The preferred method of cable routing will be to penetrate the adjacent building just below the roof line and run straight into the CP comm room using 4 inch PVC conduit from the out side wall penetration to the ceiling line above the radio rack. The alternate method of entry will be through the conduit pipe that leads up to the roof located in room 255, this will require a cable supporting system. a. Install one each UHF antenna operating in the 225-399 Mhz range. Type antenna AT18-197 b. Install one each VHF antenna operating in the 136-174 Mhz range. Type antenna DC-80 c. Install four each land mobile radio (LMR) antennas operating 380-400 Mhz range. Type antenna omni directional stick. d. Move existing Giant Voice antenna off of the roof of building 3078 and attach it to the new tower. e. Antenna cabling must be low loss RF cable. 7. Contractor shall remove all previously used existing antenna wire from the building. The following clauses and provisions are incorporated either by reference or full text and are to remain in full force in any resultant purchase order: -FAR Clause 52.204-7, Central Contractor Registration -FAR 52.212-1, Instructions to Offerors?Commercial. -FAR 52.212-2, Evaluation--Commercial Items. The significant evaluation factors will be based on technical acceptability and price related factors, when combined are approximately equal. Proposals shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its quotation. Failure to do so may result in your proposal to be considered non-responsive. -FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies with the following addendum: DFARS 252.204-7004, Required Central Contractor Registration. Registration with the Central Contractor Registry (CCR) is mandatory. -FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition (DEV). -FAR 52.219-6, Notice of Total Small Business Set-Aside -FAR 52.222-3, Convict Labor -FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies -FAR 52.222-21, Prohibition of Segregated Facilities -FAR 52.222-26, Equal Opportunity -FAR 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans -FAR 52.222-36, Affirmative Action for Workers with Disabilities -FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans -FAR 52.225-13, Restrictions on Certain Foreign Purchases -FAR 52.232-33, Payment by Electronic Funds Transfer ? CCR -FAR 52.233-3, Protests After Award -FAR 52.233-4, Applicable Law for Breach of Contract Claim -FAR 52.247-34, FOB Destination -FAR 52.252-2, Clauses Incorporated by Reference. Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm FAR 52.252-6, Authorized Deviations in Clauses. Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the name of the regulation. -DFAR 252.204-7004, Alternate A -DFAR 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEV) -DFAR 252.225-7001, Buy American Act and Balance of Payments Program -DFAR 252.232-7003, Electronic Submission of Payment Requests -DFAR 252.247-7023, Transportation of Supplies by Sea, with Alt III -DFAR 252.225-7000, Buy American Act--Balance of Payments Program Certificate -DFAR 252.225-7002, Qualifying Country Sources as Subcontractors -J-2 Clause, Wide Area Work Flow DODAAC and Email Distribution Table; WAWF Training may be accessed online at http://www.wawftraining.com. Defense FAR Supplement (DFARS) provisions and clauses are also incorporated either by reference or full text and are to remain in full force in any resultant purchase order. All FAR clauses and provisions can be reviewed and/or obtained via the Internet at http://farsite.hill.af.mil. Quotes are due on 15 August 2006 at 2:00PM Central Standard Time (CST), and must reference the proposal number on the outside of your package for identification purposes. Each offeror shall submit their signed and dated offer (signed by an official authorized to bind your organization in a contract) in to: 96th Contracting Squadron, Attn: David Serbe, Bldg 350 West D Ave, Eglin AFB, FL 32542. Faxed or e-mailed proposals will be accepted at Fax 850-882-1680, Attention David Serbe, and email david.serbe@eglin.af.mil respectively. Information regarding this solicitation may be obtained by contacting David Serbe, contracting specialist, at telephone (850) 882-0347 or e-mail david.serbe@eglin.af.mil. .
 
Place of Performance
Address: 919 SOW/CP, Building 3078, Duke Field, Eglin AFB, FL 32542
Zip Code: 32542
Country: UNITED STATES
 
Record
SN01105378-W 20060805/060803220827 (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 |
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.