SOLICITATION NOTICE
38 -- MOBILE TOWER SYSTEMS
- Notice Date
- 2/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
- ZIP Code
- 76544-0770
- Solicitation Number
- W9115U11T0003
- Response Due
- 2/9/2011
- Archive Date
- 4/10/2011
- Point of Contact
- Summer Wilson, 254-288-9568
- E-Mail Address
-
US Army ATEC Contracting Activity
(summer.wilson2@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This acquisition will be conducted in accordance with FAR 13.5, Test Program for Certain Commercial Items. This solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-49 dated 24 January 2011. The solicitation number for this requirement is W9115U-11-T-0003. This solicitation is issued as a request for quotes (RFQ). This acquisition is restricted as a 100% Set-Aside for Small Business Concerns. The associated North American Industry Classification System (NAICS) code for this procurement is 237130, with a Standard Industry Classification (SIC) code of 3441. The Small Business size standard for this requirement is $33.5 million dollars. The Army Test and Evaluation Command (ATEC) Mission Support Contracting Activity (AMSCA), Fort Hood, Texas has a requirement to purchase up to 11 Mobile Antenna Tower Systems. The quotes will be evaluated in accordance with FAR Part 13 and FAR Part 17 for option quantities. An award will be made to the lowest priced offeror who quote conforms to this solicitation. The requirements consist of the following: CLIN 0001: Five (5) each Mobile Antenna Tower Systems; with the option to purchase six (6) additional systems. CLIN 0002 Shipping Cost, shipping address for all systems is USAOTC FIRES TEST DIR MISSILE TEST DIV, Building 1660 Jeb Stuart Road, Fort Bliss, TX 79916-6817. The required delivery date for first five (5) systems is 15 April 2011 with the option quantities to be delivered no later than sixty (60) from exercise of the option. Note: it is possible that the option could be exercised at time of award. The Mobile Antenna Tower Systems must have the following characteristics to be eligible for award: The Tower System Trailer Capacities shall be as follows: 1. Gross Vehicle Weight Rating (gross weight capacity): Not to exceed 15,000 lbs. 2. Gross Axle Weight Rating (per each rate): Minimum 7,000 lbs. 3. Axles: Minimum 7,000 lbs. each 4. Brakes: Electrical brakes required 5. Tires: Minimum 10 ply 235/80 R16 6. Suspension: Over-slung spring capacity 7. Platform Length: Maximum 24 feet 8. Platform Width: Standard 8 feet 9. Platform Height: Not to exceed 36 inches 10. Platform Decking: 1/8 inch diamond plate (all platforms) 11. Outriggers: Mounted telescopic, 2 front and 2 rear 12. Towing Devise: 2 5/16 inch NATO pintle eye 13. Towing Safety Chains: Shall contain 2 towing safety chains at least 5/16 inches thick 14. Lights/Wiring: 12V wiring w/modular harness & connector w/civilian SAE7-way vehicle plug 15. Spare Tire: Required spare tire lockable on frame 16. Storage Box: Required lockable 17. Bubble Levels: Required 18. Grounding Lugs: Minimum 2 grounding lugs 19. Trailer Finish: Painted black or silver 20. Overall Transport Height: Not to exceed 10 foot 6 inches 21. Power to Operate Trailer: Electrical drive system 12V/60Hz/1 Phase The Transport Capacities shall be as follows: Air Transportable by C-130 military aircraft The Tower Capacities shall be as follows: 1. Tower Height Extended: Minimum 100 feet, not to exceed 110 feet 2. Guyed Antenna Area - Max Wind: Maximum estimate to 125 3. Self Support Area - Min Wind: Maximum estimate to 70 4. Tower Lift & Tilt Capacity: Minimum 300 lbs. 5. Erection/Retraction Motor HP: Contain as a minimum direct drive 120V/60H/1 Phase 1 horsepower The Antenna Specifications shall be as follows: Telescope Antenna Legs: Shall be of tubular design, seamless and welded Exact quantities are unknown at this time. AMSCA anticipates an initial delivery order for five Tower System units with a required delivery date of on or before 15 April 2011. It is estimated that the total quantity in this solicitation, and resulting contract, is approximately 11 Tower Systems which will be ordered over a three (3) month period. This estimate is not a representation to an offeror that the estimated quantity will be required, or ordered, or that conditions affecting requirements will be stable or normal. AMSCA anticipates a FFP purchase order with option to increase quantities more than 50% of the original order. The government intends to issue a purchase order to the responsible firm who submits an offer in accordance with this solicitation. Option pricing will be evaluated in the determination of contract Award(s) in accordance with FAR 17.203(b). Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interest, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). An award will be made to the responsible offers conforming to the requirements of this solicitation offering the lowest price technically acceptable (LPTA) who can meet the proposed delivery schedule. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision 52.212-3, Offeror Representations and Certifications - Commercial Items, and 52.212-3, Alt 1, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and offerors shall include a completed copy of the provision with its offer. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition, and additional clauses identified in 52.212-5 that apply to this acquisition are as follows: 52.222-50; 52.233-3; 52.233-4; 52.203-6 Alt I; 52.204-10; 52.209-6; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.223-18; 52.225-13; 52.232-33; 52.247-64. Additional FAR provisions and clauses that apply to this acquisition are as follows: 52.202-1; 52.203-12; 52.204-7; 52.207-4; 52.209-7; 52.209-8; 52.209-9; A52.211-17; 52.211-16; 52.216-18; 52.216-19; 52.216-21; 52.217-4; 52.217-5; 52.217-7; 52.217-9; 52.219-6; 52.219-8; 52.219-28; 52.222-36; 52.222-40; 52.223-11; 52.223-14; 52.243-1; 52.246-2; 52.246-16; 52.247-34; 52.247-62; 52.252-1. Department of Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses that apply to this acquisition are as follows: 252.203-7002; 252.204-7003; 252.204-7004 Alt A; 252.204-7006; 252.209-7001; 252.209-7004; 252.211-7003; 252.225-7000; 252.212-7000; 252.212-7001; 252.212-7001 (Dev); 252.232-7010; 252.243-7001; 252.223-7001; 252.246-7000. Additional check-off clauses identified in 252.212-7001 that are applicable to this acquisition are as follows: 52.203-3; 252.203-7000; 252.205-7000; 252.225-7001; 252.232-7003; 252.243-7002; and 252.247-7024. This combined synopsis/solicitation incorporates one or more clauses and provisions by reference with the same force and effect as if they were stated in full text. Full text provisions and clauses can be viewed at http://farsite.hill.af.mil. To conform with this solicitation and to be considered for an award, offeror shall submit the following by 12:00 p.m. CST, on 9 February 2011: Completed Quote with offeror's information, solicitation number (W9115U-11-T-0003), pricing and product specification/data sheet. Completed copies of the provisions at FAR 52.212-1, 52.212-3, and DFARS clause 252.212-7000 or shall provide a copy of ORCA certifications if representations and certifications have been completed electronically via the ORCA website at https://orca.bpn.gov. It is a Department of Defense requirement that Offerors must be registered in the Central Contractor Registry (CCR) located at www.ccr.gov to be considered for award. Any Offeror not registered must be registered in the CCR prior to contract award. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the government to not award based on the responses to this solicitation is solely within the discretion of the government. Offers may be submitted electronically to AMSCA.ATEC@us.army.mil, ATTN: Summer Wilson please reference the solicitation number W9115U-11-T-0003 in the subject line. Direct all questions regarding this solicitation to Summer Wilson, at AMSCA.ATEC@us.army.mil. Quotes are due no later than 12:00 p.m. CST, 9 February 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/TECOM/DATM01/W9115U11T0003/listing.html)
- Place of Performance
- Address: US Army ATEC Contracting Activity ATTN: CSTE-CA, P.O. Box Y Fort Hood TX
- Zip Code: 76544-0770
- Zip Code: 76544-0770
- Record
- SN02371027-W 20110203/110201234438-85f4f820222bbec39b91bab21b91c7a5 (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 |