SOURCES SOUGHT
N -- LAND MOBILE TOWER (LMT) RELOCATION CAMP MERRILL (DAHLONEGA), GEORGIA
- Notice Date
- 2/18/2015
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- MICC - Fort Benning, Directorate of Contracting, Building 6, Meloy Hall, Room 207, Fort Benning, GA 31905-5000
- ZIP Code
- 31905-5000
- Solicitation Number
- W911SF15T0218
- Response Due
- 2/27/2015
- Archive Date
- 4/19/2015
- Point of Contact
- LANIECE BOWMAN, 706-545-2664
- E-Mail Address
-
MICC - Fort Benning
(laniece.e.bowman.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. The Mission and Installation Contracting Command (MICC) Fort Benning, Georgia is issuing a sources sought to determine the availability of potential businesses. This is not a request for proposals or quotes. The information gathered will be used to make an informed business decision on how to procure this requirement. The Government is seeking businesses capable of relocating the Camp Merrell Building 12 Land Mobile Radio (LMR) antenna to the water tower to improve the existing trunked P25 land mobile radio system coverage in the Southern Training area in the most cost efficient manner. PURPOSE: The purpose of this Sources Sought is to seek capability statements from interested business firms. The Government will not award a contract based on this Sources Sought Notice, information received, nor reimburse participants for information they provide. THIS IS NOT A REQUEST FOR TECHNICAL OR COST PROPOSALS. The North American Industry Classification System (NAICS) code is 237130, quote mark Power and Communication Line and Related Structures Construction quote mark with a size standard of $36.5M. The Government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis. Your responses to this sources sought will be treated as information only. The results of the market research will be used to determine the best overall acquisition strategy. This is a request for business firms interested in serving as prime contractors to submit a brief capability statement demonstrating how they could meet the requirements below: DESCRIPTION OF REQUIREMENT: Contractor shall provide all materials, supplies, labor, tools, transportation, supervision and anything else required to conduct the site-survey required in the proposal for the relocation of LMR antenna in accordance with the outlined specifications. 1. Vendors must reference all items in order for the capability statement to be considered. 2. RESPONSES ARE DUE BY 27 February 2015, 13:00 P.M. Eastern Standard Time (EST). SPECIFICATIONS: 3.1The contractor must first conduct a site survey that: 3.2 Analyzes, compares, contrasts Building 12 and Water Tower coverage 3.3 Investigates solutions to improve coverage in the desired area, including the Southern Training Area 3.4 Develops the most cost effective solution to addressing coverage concerns 3.5 Develops a project plan and time line to implement the agreed upon solution The requested radio tower must meet the following specifications: 3.6 New RF communications shelter 3.7 New 7/8 quote mark transmission line (nominally 150' to allow antenna installation on the WT, assuming a shelter location at the base of the WT), connectors, hangers 3.8 Prepare the water tower site and install a new shelter with support infrastructure 3.9 Install a shelter ground ring and connect to the existing tower ground ring 3.10 Install shelter and generator pads 3.11 Furnish and install a 12' x 20' equipment shelter, which includes the following in accordance with the Department of Defense (DOD) standards: a. Encased cable entry port and cable ice bridge between the shelter and water tower b. HVAC systems c. Internal lighting d. Fire suppression e. Anti-static flooring designed to meet weight distribution and support requirements f. Disconnecting means g. Electrical distribution 3.13 Relocate and install the existing Building 12 antennas, NSC and RF equipment (3 racks), generator, and UPS to the water tower location 3.14 Perform installation, system integration and optimization 3.15 Functional verification of the relocated equipment will be performed 3.16 A coverage evaluation (within a 7 mile radius of the RF site, as roads permit) will be performed 3.17 Accomplish integration of new electrical and telecommunications service drops into the new shelter (from within 50 feet) 3.18 Fabricate an antenna mount to be bolted to the existing attachment points on the water tower top 3.19 Provide installation and relocation labor and project management services 3.20 Provide USFS, FAA, NTIA, and other permit / license coordination services support as required Any response to this notice must show clear and convincing evidence, that competition would be advantageous to the Government. All responses must provide the following: 1. Name of firm with address, phone, email and point of contact, CAGE Code and DUNS 2. The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions, if any, which may limit small businesses from participation. 3. Capability Statement to include if your firm is an authorized vendor source for Harris Corporation. SUBMISSION REQUIREMENTS: Responses to this announcement must be received no later than 13:00 P.M. Eastern Standard Time, Friday 27 February 2015. Interested firms may submit capability statements via email only to Laniece.e.bowman.mil@mail.mil no telephone requests will be honored. Any questions regarding this notice should be directed to MSG LaNiece Bowman via email at Laniece.e.bowman.mil@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b5e490cea95012ba9a692d4d1fa68484)
- Place of Performance
- Address: MICC - Fort Benning Directorate of Contracting, Building 6, Meloy Hall, Room 207 Fort Benning GA
- Zip Code: 31905-5000
- Zip Code: 31905-5000
- Record
- SN03644778-W 20150220/150218234834-b5e490cea95012ba9a692d4d1fa68484 (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 |