Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2013 FBO #4081
SOURCES SOUGHT

56 -- REQUEST FOR INFORMATION (RFI) FOR PARTIAL REMOVAL, DESIGN AND CONSTRUCTION OF SATELLITE EARTH TERMINAL ANTENNA CONCRETE FOUNDATION AND BASE

Notice Date
1/24/2013
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J13T0012
 
Response Due
2/25/2013
 
Archive Date
3/25/2013
 
Point of Contact
Parris S. Weidenbach, 309-782-4678
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(parris.s.weidenbach.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Product Manager Wideband Enterprise Satellite Communications (SATCOM) Systems (WESS), Fort Belvoir, VA, is seeking information from potential offerors for the contemplated acquisition of foundation design services, precision concrete removal services and foundation construction services. Large and small businesses that are experienced in providing any combination of foundation design, precision concrete removal and foundation construction services are requested to respond to this RFI. Small business is defined by North American Industry Association Classification System (NAICS) 334220, (750 employees or less). PM WESS will be replacing existing satellite earth terminal antennas world-wide with the AN/GSC-52B Modernization of Enterprise Terminals (MET). At several sites, the MET will replace the AN/FSC-78. The AN/FSC-78 antenna sits atop a hollow reinforced concrete base approximately 20 foot tall by 20 foot in diameter with walls approximately one to two foot thick. Due to severe space constraints at some sites, the AN/GSC-52B will at times have to be placed in exactly the same location as the AN/GSC-78. As an alternative to mounting the AN/GSC-52B on top of the AN/FSC-78 base, the Government is considering removal of the above-ground portion of the base and construction of the AN/GSC-52B foundation on top of the below-ground AN/FSC-78 foundation. If the Government proceeds with this approach, the AN/FSC-78 antenna steel structure above the base, the electrical and mechanical equipment within the base and the mezzanine platform and stairs at the midpoint of the base will be removed by others before modification of the base begins. The Government tentatively plans to include the following services in a pending solicitation. The entire effort consists of three distinct tasks: design of an AN/GSC-52B foundation suitable for construction on top of an AN/FSC-78 foundation within the truncated base, truncation of the AN/FSC-78 base by removal of some or all of the above-ground portion of the base, and construction of the AN/GSC-52B foundation on the AN/FSC-78 foundation within the truncated base (see Figure 1). Task 1 consists of the following design services: a. Develop a design for the AN/GSC-52B foundation suitable for construction on top of the AN/FSC-78 foundation and within the below-ground portion of the AN/FSC-78 base using foundation design criteria provided by the antenna manufacturer and which addresses local wind and seismic hazards. (A small section of the above-ground portion of the base may remain in place to achieve the required foundation thickness or to simplify removal of the base.) Note that the typical AN/GSC-52B foundation (not installed on an AN/FSC-78 foundation) is a 24' x 24' reinforced concrete slab 2' 3 quote mark thick with 16 antenna mounting bolts in a circular pattern on a 9' 3 quote mark diameter bolt circle. b. Determine the need for anchoring between the new AN/GSC-52B foundation and the existing AN/FSC-78 foundation, and design the anchoring means if determined to be necessary. c. Develop criteria to test and evaluate the AN/FSC-78 foundation to determine its suitability for anchoring to and supporting the AN/GSC-52B foundation. d. Develop construction documents (specifications, drawings and supporting documents) for the removal of the above-ground portion of the concrete base, the slab floor within the base and the compacted rock between the slab floor and the foundation. e. Develop construction documents for the construction of the AN/GSC-52B foundation on the AN/FSC-78 foundation within the truncated base. Task 2 consists of the following concrete removal, demolition, hauling and disposal services: a. Remove the above-ground portion of the AN/FSC-78 concrete base in accordance with the construction documents employing techniques that do not damage the below-ground portion of the base which is to be left in place. Hydraulic breakers, wrecking balls, pressure bursting and blasting shall not be used to remove the above-ground portion of the base. b. Demolish the above-ground portion of the base as necessary to facilitate transportation, and remove and dispose of the debris. Hydraulic breakers, wrecking balls or pressure bursting may be used to demolish the above-ground portion of the base once removed from the foundation. Blasting shall not be used. c. Remove the slab floor and trench walls from within the portion of the base remaining on the foundation, and remove and dispose of the debris employing techniques that do not damage the remaining portion of the base. d. Remove the layer of compacted rock below the slab floor within the base down to the foundation; clear all remaining debris from within the base, and dispose of the compacted rock and debris. e. Perform all transportation and disposal of demolition debris in compliance with applicable state and Federal regulations. Task 3 consists of the following construction services: a. Perform testing and evaluation of the AN/FSC-78 foundation as specified in the construction documents. An initial evaluation shall be performed by excavating to the foundation external to the base prior to its removal. A final evaluation shall be performed on the exposed foundation once the base floor slab and compressed rock has been removed. b. Install anchors into the AN/FSC-78 foundation if required by the construction documents. c. Fabricate and install rebar cages. d. Install antenna anchor bolts using a Government furnished template. e. Fabricate and install forms as necessary. f. Pour and finish the concrete foundation. g. Test the placed concrete. The design services will be performed at the Contractor's facilities. The concrete removal and construction services will be performed at the following Government facilities: Ft. Detrick, MD. Similar services may be required at other Government facilities world-wide. The Government may award a single or multiple contracts to satisfy these requirements. The resulting contract(s) will utilize a variety of pricing types and are anticipated to be 12 months in length. Interested potential offerors may provide responses for any one or more of the tasks described above. Interested potential offerors are asked to provide the following specific information. a. Name, address, and Contractor and Government Entity (CAGE) code of your company. b. Point of Contact (Name address, phone number, and e-mail). c. Current capabilities your company offers (no more than 20 pages in length) which most closely match the capabilities specified above. d. Available brochures, photographs, illustration and technical descriptions (no more than 20 pages in length) that describe your company's current services that most closely match the required capabilities. e. An optional White Paper (no more than 20 pages in length) describing how your company's technical expertise could produce and deliver the required capability. f. An identification of your company's past and current customers to which your company provided similar services, including a customer/company name and point of contact, phone number, and address/e-mail where they can be contacted. g. Pricing structure for required supplies and services. This RFI is for planning purposes only and shall not be construed in any manner to create an obligation on the part of Government to enter into any agreement, nor to implement any of the actions contemplated herein, nor to serve as the basis for any claim whatsoever for reimbursement for any costs associated with the preparation of responses submitted to the RFI. Please furnish the above requested information by 25 February 2013. Please submit the requested information in PDF or Microsoft Word format via e-mail at the following address: parris.s.weidenbach.civ@mail.mil. Technical questions should be directed to Mr. Jeff Joo [chang.y.joo.civ@mail.mil] at PM WESS, Fort Belvoir, VA. All other questions should be directed to Parris S. Weidenbach [parris.s.weidenbach.civ@mail.mil] at Army Contracting Command - Rock Island. Contracting Office Address: Army Contracting Command-Rock Island (ACC-RI), ATTN: CCRC-TC, Rock Island, IL 61299-6500 Place of Performance: To Be Determined Point of Contact(s): Mr. Jeff Joo, 703-806-4874 Ms. Stephanie Wilson, 309-782-2124 Mr. Parris S. Weidenbach, 309-782-4678
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/515d0a5ba73cecd3e5a3272fb4d7e6ea)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: CCTC-TC Rock Island IL
Zip Code: 61299-6500
 
Record
SN02971456-W 20130126/130124234253-515d0a5ba73cecd3e5a3272fb4d7e6ea (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.