SPECIAL NOTICE
Y -- PLATFORM DESIGN FOR MAST
- Notice Date
- 3/17/2022 2:31:21 PM
- Notice Type
- Justification
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- 6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
- ZIP Code
- 73125
- Solicitation Number
- 6973GH-22-R-MAST
- Archive Date
- 04/16/2022
- Point of Contact
- Jason Perry
- E-Mail Address
-
jason.m.perry@faa.gov
(jason.m.perry@faa.gov)
- Award Number
- 6973GH-22-R-MAST
- Award Date
- 05/01/2022
- Description
- Title of Procurement Procurement for design and build/install prefabricated, ballasted foundation and self-rising monopoles with motorized hydraulic systems. Nature of Procurement Action The Department of Homeland Security (DHS) has tasked the NAS Defense Programs (NDP) to prepare outdoor sites to provide self-rising retractable monopoles with motorized hydraulic lifting systems, ballasted foundations and platforms. This is needed to support future radar and communications equipment as part of the Customs and Border Protection (CBP) Domain Awareness Standards & Analysis (DASA) Maritime Approaches Surveillance Towers (MAST). MAST Systems are to be located at various designated sites in Puerto Rico and US Virgin Islands. Description of Supplies/Services The Department of Homeland Security (DHS) has tasked the NAS Defense Programs (NDP) to prepare outdoor sites to provide self-rising retractable monopoles with motorized hydraulic lifting systems, ballasted foundations and platforms needed to support future radar and communications equipment as part of the Customs and Border Protection (CBP) Domain Awareness Standards & Analysis (DASA) Maritime Approaches Surveillance Towers (MAST) system to be located at various designated locations in Puerto Rico and US Virgin Islands. The completed site preparation must provide necessary infrastructure to include but not limited to self-rising retractable monopoles, pre-fabricated modular ballasted foundations, embedded foundations, hand-holes, conduits, antenna mounts, maintenance platforms, motorized hydraulic lifting systems, lightning protection systems, safety lines, cable management system, and electrical prepping to support future equipment requirements.� Preparation of the sites is required in accordance with the specifications contained in the statement of work (SOW). This effort is to be awarded as a non-competitive acquisition with ARE Telecom & Broadband, which holds the patent for both the prefabricated, ballasted foundation and the self-rising monopoles. Utilizing self-rising monopoles will significantly decrease the risks involved when performing installation and maintenance to the equipment to be installed at the top. This acquisition will utilize a solicitation including Firm-Fixed Pricing for design, labor and materials, engineering, shipping to each location, travel, and mobilization required for the installation and construction effort. Authority AMS 3.2.2.4 (A) (1): Single-Source Selection (Revised 9/2021) states: �Single source procurement may be used widen in the FAA�s best interest. A factual, reasoned, and well-documented rationale must support the decision to use a single source. Rationale Supporting Use of a Single Source The focus of this task is for the design, preparation, delivery, installation and construction of self-rising retractable monopoles and modular foundations to support equipment to be installed as part of the MAST System in selected facilities in Puerto Rico and USVI. Utilizing Single Source selection is the most cost & time effective option for the FAA in order to fulfill its commitment with DHS in a timely manner. This vendor is the only vendor available that has the capability and can provide a solution to meet the requirements within the time frame established. ARE Telecom is a monopole manufacturer that specializes in the design and installation of complete pole and foundation solutions. Their patented ballasted foundations and tilt-up monopoles assemble in hours to days, range from rooftop to 200 feet in height, which are perfect for both urban and remote environments and certified to TIA-222-Rev H as a permanent structure. Besides monopoles and foundations, ARE specializes in custom design engineering for support structures like antennas and mounts, as well as modifications to their systems to meet specific project needs Impact. The sites determined by the DHS customer are all located within areas known for significant tropical storm activity, and damage to Mission Critical equipment is a known hazard. The capability to raise and lower the monopole allows the government to protect the installed equipment from damage during violent weather. There is also an added layer of safety to maintenance operations. The pre-fabricated modular ballasted foundation will provide a simple and quick installation process that circumvents multiple logistical obstacles involved with breaking ground on remote islands. This method will provide cost savings to the government by reduced cost of materials, equipment, labor and logistics. Finally, utilizing this method will drastically minimize the impact to Air Traffic Operations during installation due to the short period involved to complete the project. Time Constraints.� Installation of the ballasted filled foundations and self-rising monopoles is required by June 15, 2022. This requirement first became known on October 2021. The installation of these assets are a critical step for the implementation of 3 MAST Sites. Failing to meet the timeline will result on a domino effect that will delay the installation of the rest of the MAST Equipment at these monopoles. This will have a negative impact on other MAST related projects where allocated funds could expire by the end of the fiscal year. Conducting a competitive procurement would add significant time to the solicitation process and would prevent us to meet the established timelines and utilize expiring funds. Market Analysis A formal Market Survey was conducted in SAM.GOV. Notice Id: 6973GH-22-R-MAST. This was issued on February 17, 2022. Market Survey was open for 7 Days. Three potential vendors replied with capability statements.� Analysis was performed based on each potential vendor capability statement provided in the Market Survey and a thorough research on each of the potential vendors� websites.� Based on the submitted capability statements and vendor websites, only ARE had the capability to satisfy all specifications for this requirement stated in the Statement of Work.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a211145254e6471fbffb6d85d6caa4de/view)
- Place of Performance
- Address: PR, USA
- Country: USA
- Country: USA
- Record
- SN06269995-F 20220319/220317230054 (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 |