|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,1998 PSA#2159Contracting Squadron, 22 CONS/LGC, 53147 Kansas St, Ste 102, McConnell
AFB, KS 67221-3606 36 -- LIGHTNING PROTECTION SUPPRESSION AND ARRESTOR EQUIPMENT SOL
F14614-98T0714 DUE 090498 POC SrA Joe Derringer, Contract Specialist,
(316)652-4533. Edward Harvell, Contracting Officer, (316) 652-4505
E-MAIL: Click here to contact contract administrator,
derringer.joseph@mcconnell.af.mil. This is a combined CBD
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. This solicitation, F14614 98 T0714, is
being issued as a Request for Quotation (RFQ). The solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-5. This is a 100% small
business set-aside. The Standard Industrial Classification is 3643,
with a small business being one with 500 or fewer employees. There is
one (1) Contract Line Item (CLIN) with thirty-one (31) Subline Items
(SLINS) (one for each type of equipment or system being protected). No
partial proposals will be accepted. CLIN 0001: The contractor shall
provide all equipment, materials, labor, and services required to
provide a technical solution, equipment and subsequent installation of
lightning suppression and arrestor equipment to prevent damage to the
Government's equipment and/or system that would be caused by
electrical surges and/or lightning strikes. Equipment and devices must
safely divert any and all lightning surges and strikes away from the
equipment being protected or be designed to destroy itself as a means
of preventing the protected equipment from being damaged. All devices,
equipment, application, and installation shall comply with NEC
standards and be approved and listed per ANSI/IEEE c62.41UL1449, 2nd
Edition. All devices and equipment used for this requirement shall
have, as a minimum, a 20-year warranty with unconditional free
replacement of the contractor-provided protection devices and
equipment. SLINS 0001AA through 0001AC are telephone systems equipment.
SLINS 0001AD through 0001AP are meteorological/navigational systems
equipment. SLINS 0001AQ through 0001BF are communication electronics
systems equipment and are interfaced with antennas and/or telephones;
SLIN 0001BG requires total facility and equipment protection of the
Network Control Center. SLIN 0001AA: Northern Telecom SL-1 Option 81C
Switching System, Bldg 739, 1 EA; SLIN 0001AB: Northern Telecom SL-1
Option 11 Switching System, Bldg 196, 1 EA; SLIN 0001AC: Northern
Telecom Meridian Remote IPE, Bldg 1183; SLIN 0001AD: Tactical Air
Navigation System (TACAN), AN/FRN-45 at Bldg 1707 and status indicator
system at Bldg 70, 1 EA; SLIN 0001AE: Instrument Landing System (ILS)
status indicator, AN/GRN-29, Bldg 70, 2 EA; SLIN 0001AF: Interlock
used to switch ILS Runways, Bldg 70, 1 EA; SLIN 0001AG: ILS Localizer
System, AN/GRN-30, one at Bldg 20040 one at Bldg 20037, 2 EA; SLIN
0001AH: ILS Glide Slope System, one at Bldg 20036 and on at Bldg 20039,
AN/GRN-31, 2 EA; SLIN 0001AJ: Next Generator Radar Principal User
Processor, NEXRAD WSR-88D, Bldg 1112, 1 EA; SLIN 0001AK:
Temperature/dewpoint sensor and indicator system, AN/FMQ-8, Bldg 1112
and the Flightline, 1 EA; SLIN 0001AL: Wind speed/direction and
indicator system, AN/FMQ-13, (1 EA sensor at Bldgs 23006 and 23011 and
2 EA indicators at Bldgs 70 and 1112), 2 EA; SLIN 0001AM: Runway
visibility and indicator system, AN/GMQ-32, Bldg 23009 and 1112, 2 EA;
SLIN 0001AN: Cloud height detection and indicator system, AN/GMQ-34,
Bldgs 20312, 23010 and 1112, 2 EA; SLIN 0001AP: Digital barometer,
ML658, Bldg 1112, 1 EA; 0001AQ: Antenna Coupler, CU-547, Bldg 1560, 3
EA; 0001AR: Antenna Coupler, CU-2274, Bldg 1560, 1 EA; 0001AS: Remote
RADAR Scope, D-Brite, Bldg 70, 1 EA; 0001AT: Tower Console, OJ-314,
Bldg 70, 1 EA; 0001AU: Air Traffic Information Recorder, ATIS, Bldg 70,
1 EA; 0001AV: Multi-channel UHF Radio, GRC-171, Bldg 1560, 2 EA;
0001AW: Multi-channel UHF Radio, GRC-171, Bldg 70, 2 EA; 0001AX:
Multi-channel UHF Radio, GRC-171, Boeing, 1 EA; 0001AY: Multi-channel
VHF Radio, GRC-211, Bldg 70, 1 EA; 0001AZ: Single channel VHF receiver,
AN/GRR-23(V), Bldg 1560, 5 EA; 0001BA: Single channel VHF receiver,
AN/GRR-23(V), Bldg 70, 1 EA; 0001BB: Single channel UHF Receiver,
AN/GRR-24(V), Bldg 1560, 11 EA; 0001BC: Single channel UHF Receiver,
AN/GRR-24(V), Bldg 70, 1 EA; 0001BD: Single Channel VHF Transmitter,
AN/GRT-21, Bldg 1560, 6 EA; 0001BE: Single Channel VHF Transmitter,
AN/GRT-21, Bldg 70, 1EA; 0001BF: Single Channel UHF Receiver,
AN/GRT-22, Bldgs 1560 and 70, 13 EA; 0001BG, Total protection of
facility and equipment, Bldg 515. This is the central location for all
computer network communications for the base and includes, but is not
limited to, servers, switches, hubs, and routers. An organized site
visit will be conducted on 21 Aug 98 at 8:00 a.m. local. Participants
will meet at the 22nd Contracting Squadron, Bldg 732, McConnell AFB KS.
The Government will explain in detail the systems needing protection
and tour their locations. Attendance at the site visit is strongly
encouraged as the information provided will be essential to producing
a sound technical solution. Contact the Contract Specialist and provide
the name of the firm and the individual attending the site visit. The
provisions at FAR 52.212-1, "Instructions to Offerors -- Commercial
Items", applies to this acquisition. The Government intends to evaluate
offers and award a contract without discussions; therefore, qualified
contractors should submit a quotation with the best possible price.
Provisions at FAR 52.212-2, "Evaluation -- Commercial Items," apply to
this order. The following factors shall be used to evaluate offers:
(i) technical solution to include a detailed description of materials
to be used, how they will be used, and where they will be installed;
(ii) prior experience within the past three years in providing the same
equipment, particularly for METNAV systems, with installation at other
DOD installations which must include experience at AF installation(s);
(iii) satisfactory past performance information, within the past three
years providing and installing the same or similar equipment; and (iv)
price. Technical solution, prior experience and past performance, when
combined, are threetimes as important when compared to price. Offerors
shall include a completed copy of the provision at FAR 52.212-3,
"Offeror Representations and Certifications -- Commercial Items" with
quote. The following provisions apply to this solicitation: DFARS
252.204-7004, "Required Central Contract Registration", DFARS
252-212-7000, "Offeror Representations and Certifications-Commercial
Items and DFARS 252.225-7000, "Buy American Act Balance of Payments
Program Certificate". The clause at FAR 52.219-6, "Notice of Total
Small Business Set-Aside", applies to this solicitation. The clause at
FAR 52.212-4, "Contract Terms and Conditions -- Commercial Items",
applies to this acquisition. The clause at FAR 52.212-5, "Contract
Terms and Conditions Required to Implement Statutes or Executive Orders
-- Commercial Items", applies to this acquisition (this includes, but
is not limited to, the following FAR clauses: 52.203-6, "Restrictions
on Subcontractor Sales to the Government" with Alternate I; 52.219-8,
"Utilization of Small Business Concerns and Small Disadvantaged
Business Concerns; 52.219-14, "Limitation on Subcontracting";
52.222-26, "Equal Opportunity"; 52.222-35, "Affirmative Action for
Disabled Veterans and Veterans of the Vietnam Era"; 52.222-36,
"Affirmative Action for Workers with Disabilities"; 52.222-37,
Employment Reports on Disabled Veterans and Veterans of the Vietnam
Era"; 52.222-41, "Service Contract Act of 1965", as amended; 52.222.42
"Statement of Equivalent Rates for Federal Hires"; and 52.222-44,
"Fair Labor Standards Act and Service Contract Act Price Adjustment".
The classification of the employees is electrician at a rate of $17.31
per hour. The clauses at DFARS 252.232-7009, "Payment by Electronic
Funds Transfer (CCR)", DFARS 252.212-7001, "Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items", applies to
this acquisition (this includes, but is not limited to, the following
DFARS clauses 252.225-7001, "Buy American Act and Balance of Payments
Program). Department of Labor Wage Determination 94-2215 Revision 9
will apply. This procurement is assigned a DO A7 Defense Priority
rating. Quotes shall be submitted in writing to the 22nd Contracting
Squadron, to the attention of SrA Joe Derringer, address above, no
later than 4:30 p.m., local time, on 03 Sep 98. Posted 08/12/98
(W-SN235923). (0224) Loren Data Corp. http://www.ld.com (SYN# 0262 19980814\36-0001.SOL)
36 - Special Industry Machinery Index Page
|
|