Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2004 FBO #0846
MODIFICATION

59 -- Cellular Phone Amplifier/Repeater

Notice Date
3/19/2004
 
Notice Type
Modification
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 90CONS, 7505 Marne loop, F.E.Warren AFB, WY, 82005-2860
 
ZIP Code
82005-2860
 
Solicitation Number
FA4613-04-Q-0039
 
Response Due
3/26/2004
 
Archive Date
4/10/2004
 
Point of Contact
Martin Wallace, Contract Specialist, Phone 307-773-2181, Fax 307-773-4161, - Maryjane Hernandez, Contracting Officer, Phone 307 773 3079, Fax 307 773 4161,
 
E-Mail Address
martin.wallace@warren.af.mil, maryjane.hernandez@warren.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation /Synopsis: This combined solicitation/synopsis for commercial items prepared in accordance with the format in FAR, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-20. The Northern American Industrial Classification System Code (NAICS) is 334210 and 1000 is the employee size standard. The proposed contract listed is set aside for small business concerns. ITEM DESCRIPTION: Purchase: 1) SCOPE OF WORK: The Contractor is to provide materials, tools, labor, transportation necessary to provide equipment and installation services of a cellular phone amplifier/repeater at F.E Warren AFB, bldg 1235, Cheyenne, WY 82005. This facility, of approximately 96,000 Square Feet, consists of two large completely open vehicle (semi trailer size) bay?s, warehouse/storage; maintenance rooms and offices. The facility is comprised of concrete, steel infrastructure, roof, and firewalls, which suppress any cellular transmissions within the facility. Equipment/installation should be a one-time purchase and installation fee with a least a 5-year warranty. All cellular networks (GSM; CDMA; PCS; TDMA; AMPS: DCS; iDEN; etc) need to work within the facility (no restrictions). Since this is a new facility, there will be no facility modifications (roof/wall penetrations) permitted. Cable leading to any exterior antenna will have to be routed through an existing opening in the facility. Facility blueprints of the roof(s) will be made available upon request. 2) AVAILABILITY: USAF personnel will be made available during installation of equipment/service 24 hours a day and 7 seven days a week. The contractor shall provide a point of contact who shall be available via telephone/fax Monday through Friday, 8:00 am until 4:00 pm Mountain Standard Time, excluding federal holidays. 3) SITE VISIT: Attendance to the scheduled, March 17th @ 2:00 pm, site visit is highly recommended in order to appreciate the size and layout of the facility to fully assess the needs of the Government. Offerors may accomplish cellular testing within bldg 1235 to ensure signal strength requirements. Quotes shall include pricing information to include material unit price and extended total as well as the completed provision at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items, with its offer. Award shall be made to offeror providing the lowest priced offer. The clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. No addenda apply. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are (b) 5, 14, 16-18, and 29. The following clauses are also applicable to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Execution Orders Applicable to Defense Acquisitions of Commercial Items, Additional clauses cited in the clause applicable to this acquisition are (b) 252.225-7001, 252.247-7023(alt.III), 252.232-7003; 252.204-7004 Alt. A. The full text version of the FAR, DFARS clauses are available on the Internet at the following addresses: FOR FAR PROVISIONS/CLAUSE http://farsite.hill.af.mil; DFAR PROVISIONS/CLAUSES www.acq.osd.mil/dp/dars/dfars.html; REQUIRED CENTRAL CONTRACTOR REGISTRATION www.ccr.dlis.dla.mil/ccr/scripts/index.html Quotes will be received at 90 CONS/LGCB, 7505 Marne Loop, F.E. Warren AFB, WY 82005-2860 until 4:30 P.M. local time on 26 March 2004. Amn Martin Wallace may be contacted at (307) 773-4739, for additional information.
 
Place of Performance
Address: 7505 Marne Loop, F.E. Warren AFB, WY
Zip Code: 82005
 
Record
SN00550642-W 20040321/040319212132 (fbodaily.com)
 
Source
FedBizOpps.gov 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.