SPECIAL NOTICE
99 -- DOS Domestic Commercial Antenna Program
- Notice Date
- 2/20/2016
- Notice Type
- Special Notice
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- SAQMMA16SS0001
- Archive Date
- 3/22/2016
- Point of Contact
- Bernard L. Turner, Phone: 7038754224, Vincent J Sanchez, Phone: 703-875-6629
- E-Mail Address
-
turnerb1@state.gov, SanchezVJ@state.gov
(turnerb1@state.gov, SanchezVJ@state.gov)
- Small Business Set-Aside
- N/A
- Description
- In support of the Department of State's (DOS) Domestic Commercial Antenna Program, Government owned communication equipment is installed and housed in various locations throughout the Continental U.S. The locations include remote, mountainous, rural, and/or metropolitan sites. A ten (10) site blanket purchase agreement will be established as long as there is an existing need for land mobile radio (LMR) coverage to support DOS operations. The North American Industry Classification System (NAICS) Code is 237130 (Power and Communication Line Related Structures) with a size standard of $36,500,000.00 million dollars. Any award resulting from this requirement will be issued pursuant to FAR Part 13, Simplified Acquisition Procedures. THIS NOTICE OF INTENT TO SOLE SOURCE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A SOLICITATION DOCUMENT WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. This is a notice of intent to continue the agreements of commercial communication sites for the U.S. Department of State (DOS) to the following firms under Commercial Simplified Acquisition Procedures under blanket purchase agreements: American Tower, L.P. Corporation, FTL 500 Corporation, Spectrasite Bldg. Group, Spectrasite Comm, Inc. LLC, NBC Subsidiary (KNBC-TV), Inc., BFB Studios Inc., BWI Marriott International, Hilton Alexandria Mark Center, CTI Towers Inc, CENCOM County of Kitsap, Crown Communications LLC, Crown Castle MU LLC, Pinnacle Towers LLC, Empire Communications, GTP Acquisition Partners II LLC, Comsites West, High Point Management, Hilton Philadelphia Airports, 1000 Louisiana, HUB Properties Trust, Comcast of Massachusetts Inc, Crown Castle USA Inc., International Tower, Triple Properties Detroit LLC, GTP Structures II, NWC LP, Patriot Communications, US Bank National Associates, WGBH Educational Foundation, in addition to any new sites which are developed. The proposed contract actions are to renew agreements for which the Government has identified the above listed firms as the only one source responsible cited under the authority of FAR 6.302-1. The Bureau of Administration Office of Acquisition Management (A/LM/AQM) in the U.S. Department of State intends to award ten (10) blanket purchase agreements to each of the firms listed above. The aforementioned vendors retain ownership/management of the locations property, and each of their respective sites has obtained appropriate National Telecommunications Information Agency (NTIA) radio frequency licenses for radio coverage performance. These sites were chosen based on propagation studies conducted to meet communication coverage needs for the DOS. Criteria that has been taken into consideration for the selection of these sites includes, but is not restricted, to the following: Provides the maximum transmit capability; Receives coverage range for clear as well as encrypted transmissions; Provides minimal interference on receiver frequency; Provides the most optimal level of coverage for DOS agents in the field; Equipment housing facility and height; Utility support; Security; RF noise level/interference; Site access; Telco Access; Cost. If you feel that your firm possesses the ability to provide potential space, interested parties may submit technical literature showing their capability of meeting the Governments requirement and may be considered for future procurement purposes. All participation in providing information is voluntary, no re-imbursement will be provided and there in no guarantee any award will follow for sites offered. E-mail your response demonstrating your firms experience and capabilities to Bernard Turner at TurnerB1@state.gov and Vincent J. Sanchez at SanchezVJ@state.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA16SS0001/listing.html)
- Place of Performance
- Address: Nationwide, Washington, District of Columbia, 20520, United States
- Zip Code: 20520
- Zip Code: 20520
- Record
- SN04026138-W 20160222/160220233043-c3846a30fd4398813adb085c57574d24 (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 |