Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 31, 2018 FBO #5972
MODIFICATION

58 -- RADOME for Satellite Transportable Terminals - Amendment 1

Notice Date
3/29/2018
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W25G1V) Tobyhanna, 11 HAP ARNOLD BLVD, TOBYHANNA, Pennsylvania, 18466-5100, United States
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V18R0019
 
Archive Date
5/10/2018
 
Point of Contact
Maureen Myrthel, Phone: 5706159535
 
E-Mail Address
Maureen.Myrthel.civ@mail.mil
(Maureen.Myrthel.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Amendment 0001 The reason for Amendement 0001 is to reschedule the site visit from April 3, 2018 to April 12, 2018 at 10:30 a.m. The Army Contracting Command, Aberdeen Proving Ground, Division E, Tobyhanna Branch, Tobyhanna Army Depot (TYAD), Tobyhanna, PA 18466 intends to solicit and award a contract for a turnkey design, construction, supply and installation of an Equipment Shelter (RADOME) to provide year-around maintenance, repair, testing, calibration and evaluation of the Satellite Transportable Terminals (STTs) at the Tobyhanna Army Depot (TYAD), Tobyhanna, PA. The STT Equipment Shelter Site will consist of a seventy seven to eighty (77 - 80) FT, Equatorial Diameter, dielectric type RADOME mounted on a ring-wall. HVAC, electrical, lighting, lightning protection, and road access will be required to support STT site facility operation. The RADOME shall satisfy the required physical size, configuration, all performance characteristics, and specification requirements to include but not limited to: The Equatorial plane diameter must have a 77 to 80 FT outside diameter. The Height must meet a Minimum of 52 FT (height is referenced to above finished floor (AFF). Truncation is to be determined with RADOME mounted to a 30 inch high ring wall with an inside ring wall diameter of 72 to 75 FT). The required color of the Radome is white. The Government's intention is to be able to set in place, and simultaneously operate up to three (3) fully functional STTs within the RADOME. In addition, ten (10) personnel are expected to be performing work tasking within the RADOME at any given time. The Equipment Shelter Site will consist of a concrete pad constructed to accommodate an Equipment Shelter, external test area and drive ring. The external test area is required for "free space" satellite terminal operation. Construction requirements include; site preparation activities for the installation of the pre-fabricated Equipment Shelter to include, but is not limited to, fill and compaction up to grade for the Equipment Shelter and access road, paving of the access road, concrete foundation, concrete drive ring, interior and exterior concrete pad, tree clearing, underground electrical and telecommunications utilities, and associated site grading and drainage; tree clearing effort will be limited to felling the trees and removal of the trees, limbs, and tops. Except as specified in the SOW, the stumps shall remain in place. Overall, satellite terminal site development, Equipment Shelter pad with ring-wall, access road, and utilities will be identified in the SOW. The Magnitude of the construction portion of the SOW is estimated between $500,000 and $1,000,000. Obtaining and complying with all environmental permits and commitments required by Federal, State, Regional and local environmental laws and regulation is the Contractor's responsibility. Completion and Final Acceptance of all requirements shall be no later than fifteen (15) months after date of contract. A site visit will be held after issuance of the solicitation. Dates of the site visit will be established in the solicitation. It is strongly recommended that prospective offerors attend the site visit prior to submitting a proposal. All proposals submitted in response to the solicitation shall require a technical proposal clearly describing the Contractor's capabilities to provide the requirements of the solicitation and SOW. In addition, recent and relevant past performance for same or similar requirements which demonstrate capability and successful performance on previous contracts similar in size and scope of this requirement performed within the past three years will be required with proposal submitted. This acquisition will be conducted in accordance with FAR Part 12 for the Acquisition of Commercial Items and Services, FAR Part 36 - Construction and Architect - Engineer Contracts, and FAR Part 15 - Contracting by Negotiation as applicable. DFARS Clause 252.225-7001 Buy American and Balance Payments Program will apply to this requirement. Request for Proposal (RFP) W25G1V-18-R-0019 will be issued on or about March 13, 2018 under Full and Open Competition. The NAICS is 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing and the Size Standard is 1,250 employees. The FSC is 5895 - Miscellaneous Communication Equipment. Actual issue and due dates shall be as established in the solicitation. The RFP will be available on the Federal Business Opportunities (FedBizOpps) website. Vendors requesting an electronic copy may download the RFP on or after the issue date at https://www.fbo.gov/. At Keyword/Solicitation Number, type W25G1V-18-R-0019 and click 'Search'. The solicitation will be issued electronically only. No paper or disc copies will be issued. It is the responsibility of interested sources to periodically access the internet site through closing to obtain any amendments which may be issued. All amendments must be acknowledged in the proposal. Any resultant contract will be Firm Fixed-Price. In order to be eligible for award, all prospective offerors must be registered in the System for Award www.sam.gov Management (SAM) at time of proposal submission and not show any Active Exclusions or Delinquent Federal Debt, and found to be responsible in accordance with FAR Subpart 9.1 - Responsibility of Prospective Contractors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/821a0f336b85469b76a923138148c7c3)
 
Place of Performance
Address: Tobyhanna Army Depot, Tobyhanna, Pennsylvania, 18466, United States
Zip Code: 18466
 
Record
SN04871782-W 20180331/180329231610-821a0f336b85469b76a923138148c7c3 (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.