Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 25, 2020 SAM #6813
SOURCES SOUGHT

58 -- Repair Land Mobile Radio (LMR) Towers-Bald Ridge, Hill 471, TV

Notice Date
7/23/2020 11:27:31 AM
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
W6QM MICC-FT SILL FORT SILL OK 73503-0501 USA
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L20R0046
 
Response Due
7/30/2020 12:00:00 PM
 
Archive Date
08/30/2020
 
Point of Contact
Gerri L. Chambers, Phone: 5804425556, Lula M. Hill, Phone: 5804423424
 
E-Mail Address
gerri.l.chambers2.civ@mail.mil, lula.m.hill2.civ@mail.mil
(gerri.l.chambers2.civ@mail.mil, lula.m.hill2.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Mission and Installation Contracting Command (MICC) Fort Sill, Oklahoma is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to repair deficiencies found during the 3 year inspection of the 3 tower sites. Based on the responses to this sources sought notice/market research, this requirement will be set-aside for small businesses. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Eligibility The work category is Maintenance and Repair. The applicable NAICS code for this requirement is 237130, Power and Communication Line and Related Structures Construction with a Small Business Size Standard of $39.5M. The Product Service Code is 5825, Radio Navigation Equipment, Except Airborne. Interested parties are requested to submit a capabilities statement of no more than 2 (two) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2:00 p.m., CST, 30 July 2020. All responses under this Source of Sought Notice must be e-mailed to: Contract Specialist: Gerri L. Chambers, gerri.l.chambers2.civ@mail.mil Contracting Officer: Lula M. Hill, lula.m.hill2.civ@mail.mil Disclaimer This Source of Sought is for informational purposes only. This is not a �Request For Proposal (RFP)� to be submitted. It does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future Request For Quote (RFQ) or Invitation For Bid (IFB) or RFP, if any issued. If a solicitation is released, it will be synopsized on the Government-Wide Point Of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. Place of Performance Fort Sill, Oklahoma Required Capabilities The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to repair deficiencies found during the 3 year inspection of the tower sites. Contractor is to start within 30 days of award. Period of performance is 90 calendar days. Upon completion of the repairs the towers must be in compliance with Telecommunications industry Association (TIA) � Approved American National Standards, Towers, TIA-222-G, addendum 2, dated 01 January 2009. If your organization has the potential capacity to perform these types of work, please provide the following information: Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number and CAGE code, etc. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. Task Description Bald Ridge Tower - The tower�s guy wires are out of tolerance and require re-tensioning. The paint on the CAD weld is insufficient and requires being stripped, prepped and repainted. The CAD weld is broken and must be properly reaffixed. Tower shackles are showing signs of rust and need to be properly prepped and painted. Thimbles have bare wire from installation that should be removed. Turnbuckles are improperly secured and need to have the safety wire installed correctly. A missing bolt was found on top guy level torque arm bracket. A proper grade and size bolt needs to be installed. There is unused rusted hardware on the tower that has to be removed. Hill 471 Tower - The grounding rod is loose and misaligned. New preform have been installed over existing preform. Turnbuckles at anchor are improperly secured and need to have the safety wire installed correctly. Rust is appearing on the guy wires and tower itself. The guy wire rust does not require immediate attention however should be monitored in the future. The rust on the tower needs to be removed in the near future and the correct paint applied. One of the leg attachment points has the incorrect grade and size bolt installed. The photocell has a malfunction and requires replacement. The tower has unused clamps left on the tower that should be removed. The towers guy wire are out of tolerance and requires re-tensioning. TV Tower - The anchors have vegetation growing too close, impeding on required clearance zone. Guy wire grounding is insufficient. Anchor heads also lack sufficient grounding. The fence lacks sufficient grounding. Thimbles have been stretched beyond acceptable limits. Majority of guy wires have friction clamps that are not acceptable by today�s standards. All turnbuckles have improper safety cable protection. One of the anchor heads has a major deficiency; it is twisted causing a safety hazard. Guy wires have protruding strands. The tower is out of plumb. Majority of guy wires are very far out of acceptable limits for torque specs. Torque arms have improper bolts installed. Several tower sections are installed upside down and have blocked off weep holes. There is corrosion on all sockets for lighting system. The lights are actually held to the tower with tape. The SO cord is damaged, junction boxes mounted improperly and lights are not operating properly. The entire lighting system needs to be replaced. Several antennas have damaged or missing elements, broken mounting hardware, loose connection and are rusted. The lines have excessive movement, loops and drip loops. There are several unused lines not properly weatherproofed. Supports are not adequate to support coaxes, all supports are �homemade� The tower paint job is insufficient, it is a lead based paint that is flaking off the tower. The most significant defect is the inability to distinguish the colors for a distance, creating a serious safety hazard for local air traffic. Environmental: Lead Based Paint A. If paint is to be disturbed (eg. substrate demolition or surface preparation for painting such as sanding, scraping or other such activities that generate lead dust) its lead content should first be determined thru testing the impacted surfaces. If lead is present in the paint, the Contractor shall adhere to the Occupation Safety and Health Administration regulation 29 CFR 1926.62. All paint chip residue shall be turned-in to EQD for disposal (all of which is at the expense of the proponent). B. As a Best Management Practice, use water-based paint, when possible, to reduce the generation of hazardous waste. C. Any removal or encapsulation of lead based paint (LBP) shall be done in accordance with applicable regulations, Federal and State laws, and the O.A.C. 252:110 ""Lead Based Paint Management"". �D. Contractors shall be required to provide worker protection in accordance with the �OSHA Lead in Construction Standard 29CFR 1926.62"" and other applicable sections of OSHA regulations. E. Wastes generated as a result of non-LBP (less than 1mg/cm2) removal may still be regulated by the Resource Conservation and Recovery Act (RCRA) as a hazardous waste if the TCLP lead level exceeds 5 mg/L (mg/cm 2 and TCLP mg/L are not directly comparable terms). Removal practices for LBP and non-LBP must provide for containment of paint chips, blasting media (water, sand, etc.), airborne dusts or mists and any other wastes generated as a result of the paint removal process. These wastes must be tested prior to disposal to meet the generator responsibility requirements of 40 CFR 262.11 Segregation of solid and liquid wastes is required for proper characterization and disposal. F. Waste disposal shall be coordinated with the COR. Waste analysis and disposal costs shall be the responsibility of the activity responsible for the initiation of the painting or renovation project. G. The Clean Water Act (CWA), 40 CFR Part 122 and the Fort Sill Storm water Pollution Prevention Plan, promulgated in accordance with the CWA, prohibits the unpermitted discharge of water blasting wastes (to include the water itself) onto the ground or into drainage structures in such a manner that it may enter the water of the United States. All data received in response to this Source of Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.� No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Source of Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/460ed11aaaa04cb7ac0000250708c4bb/view)
 
Place of Performance
Address: Fort Sill, OK 73503, USA
Zip Code: 73503
Country: USA
 
Record
SN05732256-F 20200725/200723230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.