SOLICITATION NOTICE
54 -- Radio Telemetry Enclosure and Installation
- Notice Date
- 9/2/2020 12:22:12 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- OFFICE OF ACQUISITON GRANTS SACRAMENTO CA 95819 USA
- ZIP Code
- 95819
- Solicitation Number
- 140G0320Q0195
- Response Due
- 9/14/2020 12:00:00 AM
- Archive Date
- 09/29/2020
- Point of Contact
- Fejarang, Charlan
- E-Mail Address
-
cjfejarang@usgs.gov
(cjfejarang@usgs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Combined Synopsis-Solicitation for Radio Telemetry Enclosure and Installation on Mount St. Helens. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is issued as a request for quotation (RFQ) 140G0320Q0195. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07/08 dated 08-31-2020. Set aside for Small Business. NAICS: 332311 - Prefabricated metal building and component manufacturing, 750 Vendor shall submit Firm, Fixed Price Technical Proposal, Brand Name or Equal to Pepro, LLC Shelter Description: 6x6 Walk-in Enclosure w/ 20' in accordance with FAR 52.211-6. ATTACHMENTS: 889 Certification Document, 2 pages. STATEMENT OF WORK Installation of a long-term radio telemetry enclosure to serve as a crucial link in the Mt. St Helens volcanic monitoring network operated by the U.S. Geological Survey Cascades Volcano Observatory (USGS/CVO). USGS/CVO requires acquisition and installation of a durable communications shelter on a remote mountaintop in Washington located west of Mt. St. Helens. This is intended to be an inclusive, one-vendor, turn-key solution that involves, acquisition of product, transportation of product by all means necessary (including essential helicopter support), and site installation. Please see minimum specs for further detail. Facility locations: 1. Flattop Mountain i. Telecommunications environment enclosure on remote mountain top located in southwest Washington state. ii. Coordinates: 46.1899196N, -121.356319E, Elevation: 4500 Feet iii. USFS Gravel Yard Staging Area: 46.281903N, -121.263030E, Elevation 2500 Feet Notes: - All work will be coordinated with the USGS POCs prior to scheduling. - The contractor will be responsible for travel expenses to and from the designated job sites. Deliverables: - Environmental Radio Enclosure with 20-foot mast, fully installed. - Helicopter supported installation and logistics managed by contractor. - Place of Performance: Flattop Mountain (see above coordinates) - Period of Performance: Install the flat top building as soon as weather conditions allow, but no later than June 30th, 2021. The vendor will coordinate with USGS the exact date of installation and provide a minimum of two-week�s notice of the intended date of the installation. MINIMUM TECHNICAL REQUIREMENTS: The USGS Cascades Volcano Observatory (CVO) requires a robust and highly durable communications shelter to be installed on a remote mountain top within Gifford Pinchot National Forest to serve as critical link in CVO's volcanic monitoring network on Mt. St. Helens volcano. The proposed location is on a remote mountain top referred to as Flat Top at an elevation of approximately 4500 feet that is not accessible by vehicles. The site is subject extreme environmental conditions including deep snow, heavy icing, heavy rain, and at times, extreme heat and humidity in the summer. The primary purpose of the needed enclosure is to house delicate and sensitive DC powered digital radios and associated ethernet routers, and switches that will serve to telemeter real time volcanic monitoring data collected on Mt. St. Helens in real time on a 24/7/365 basis. Proper electrical grounding is key to prevent equipment damage form the lightening, which is commonly present in the Flat Top area during the summer months. Thus, a robust and fully integrated grounding system with a Faraday cage to prevent equipment damage from both static and non-static external electrical fields is a require feature. It is critical that the vendor conduct the installation and manage all helicopter support required to transport crew and the enclosure to the remote site during installation. Minimum Communications Shelter Specifications: 1.) Minimum size is 6x6x8 feet with an overall footprint that does not exceed 10x10 feet. 2.) The enclosure must have integrated lugs to allow for helicopter slinging for transport of enclosure to remote roadless areas. 3.) The hardened enclosure must be made of lightweight materials to allow it to be transported by a medium helicopter such as an A-Star or Bell B12 helicopter. 4.) Interior enclosure requirements include a sturdy floor mounted equipment rack, an integrated battery tray, rack mounted grounding busbar, and drain. 5.) The enclosure and set up must have an integrated Faraday electrical grounding system designed into the enclosure to prevent equipment damage by static electricity and lightening. 6.) The enclosure must have an integrated folding mast with a minimum height of 20 feet that is structurally designed to accommodate multiple digital Yagi antennas. 7.) The enclosure musts include integrated solar panel brackets that allow for both roof and wall mounting of solar panels. 8.) The enclosure must have at least two cable entry glands that can accommodate LMR400 coax cables. 9.) Must have passive ventilation with small particle prevention measure in place to prevent insects and small rodents from entering the enclosure. 10.) Given the access difficulty of the remote site that has varying surficial features (bedrock with established soils on to), it is critical that the installation require minimal ground preparation with little to no excavation with no permanent foundation. ---------------------------------------------------------------------------------------------------------------------------------- The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://acquisition.gov; Federal Acquisition Regulation Table of Contents. This solicitation incorporates, by reference FAR 52.204-07 (Oct 2018), 52.204-13 (Oct 2018), 52.204-25 (August 2020), 52.212-1 (June 2020), 52.212-3 (August 2020), 52.212-4 (October 2018), 52.212-5 (August 2020) and 52.232-40 (December 2013). 52.212-2 -- Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Trade Off Factors: Price and Experience 1. Firm, Fixed Price 2. Recent and relevant experience in supplying this type of enclosure to withstand elements in described environment, as well as providing this type of service for installation. Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282)(31 U.S.C. 6101 note); 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)(31 U.S.C. 6101 note); 52.219-6, Notice of Small Business Set-Aside (March 2020) 52.219-28, Post Award Small Business Program Representation (JULY 2013) (15 U.S.C. 632(a)(2); 52.222-03, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2020) 52.222-21, Prohibition Against Segregated Facilities (APR 2015); 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793); 52.222-50, Combating Trafficking in Persons (MARCH 2015); 52.225-3, Buy American-Free Trade Agreements Israeli Trade Act (May 2014) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); 52.232-33, Payment by Electronic Funds Transfer (JUL 2013); 52.000S-5079 TECHNICAL LIAISON - TECHNICAL DIRECTION (OCT 1997) (a) The performance required herein shall be subject to the technical direction of the Technical Liaison (TL) as identified below. As used herein, ""technical direction"" is defined as direction to the contractor that fills in details, suggests possible lines of approach, or otherwise supplements the scope of the work set forth herein and shall not constitute a new assignment, and does not supersede or modify any article or clause of this contract. (b) The Technical Liaison is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. Only a warranted Contracting Officer is authorized to obligate funds on this or any other contract action. (c) The contractor shall immediately notify the Contracting Officer in writing if the Technical Liaison has taken an action (or fails to take action) or issues direction (written or oral) that the contractor considers to exceed the above limitations. (d) The Technical Liaison assigned for this contract is: Name: TBD at award Telephone Number: Email: (e) Only the Contracting Officer may designate a different Technical Liaison. ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (APRIL 2013) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP). ""Payment request"" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions- Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Invoice Only The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. UNILATERAL DEOBLIGATION The contractor shall submit all invoices under this award no later than ninety (90) calendar days after the period of performance has expired, unless a request for extension has been submitted to, and granted by, the Contracting Officer. After 120 calendar days have passed after the expiration of the period of performance, the Contracting Officer reserves the right to issue a unilateral modification deobligating any unexpended funds, and to initiate closeout procedures. All questions regarding this procurement shall be electronically, in writing to: Charlan Fejarang at cjfejarang@usgs.gov no later than Tuesday, September 8, 2020 at 12:00pm PT. Responses are due to the Contracting Officer's email address at cjfejarang@usgs.gov by Monday, September 14, 2020 at 12:00pm PT.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d20a76b672414a16803233583f564768/view)
- Record
- SN05784635-F 20200904/200902230143 (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 |