Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2004 FBO #0907
MODIFICATION

59 -- Install Canopy Wireless Broadband System

Notice Date
5/19/2004
 
Notice Type
Modification
 
NAICS
517310 — Telecommunications Resellers
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, P.O.Box 4037 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-4037
 
ZIP Code
83648-4037
 
Solicitation Number
Reference-Number-FQ489741100300
 
Response Due
5/21/2004
 
Archive Date
6/5/2004
 
Point of Contact
Jody Desormeaux, Administrator, Phone 208-828-3109, Fax 208-828-2658,
 
E-Mail Address
jody.desormeaux@mountainhome.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and written solicitation will not be issued. RFQ FQ489741100300 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14 and Defense Acquisition Circular 91-13. It is the contractors responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 517310; Small Business Size Standard: 1,500. CLIN (0001) 1 Job: Properly install, align, configure, and program a Motorola Canopy System Access Point using AES encryption on the Water Tower of BLDG 1403 to cover the base with proper signals from Canopy in a 360 degree circle not to exceed the base perimeter fence by more than 1000 meters. Properly install, align, configure, and program the Motorola Canopy system to communicate and provide to the Access Points at the Water Tower of BLDG 1403 a TCP/IP connection from BLDG 1300, EMCS computer room with AES encryption. Train EMCS personnel to install, align, configure, maintain, and program the entire Motorola Canopy System at the same time. Hardware required to accomplish this is listed below by Motorola Part number (or equal) and quantity: (1) HK1059A 5.2 GHz Subscriber Modules w/AES (6) HK1060A 5.2 GHz Access Points w/AES (1) HK1029 Gen II Cluster Management Modules (1) RDN9721A Universal Mounting Brackets (1) RDH4208A Ethernet Surge Suppressors (2) HK1065A 5.7 GHz Backhaul w/AES (1) RRDN4115A 8-Port Ethernet & Power (1) RRDN4114A 8-Port GPS Surge Suppressor Contractor will also supply the following additional items: (30) HK1059A 5.2 GHz Subscriber Modules w/AES (31) RDN9721A Universal Mounting Brackets (31) RDH4208A Ethernet Surge Suppressors Answers to contractor questions: -What is perimeter distance from Water tower to fence? UNK, height of the tower negates the fence anyway. -What is distance BLDG 1403 to water tower, height (AGL) of water tower at desired equipment mounting location? Tower is 90 ft height. -Is the CANOPY CMM to be located with in 1403? What are cable ingress and egress specifications? CMM is to be mounted on Tower. -What is distance 1403 to 1300 is Canopy SM to be located on 1300. What are cable ingress and egress specifications? It's about 400 meters away (we will use a backhaul) -What is building structure and construction for the 1403 and 1300? UNK -Will you please send a picture of: None available. Contractors may perform a site visit. FOB: Destination for delivery to: 366 CES/CEOU, Bldg 1300 and Bldg 1403, Mountain Home AFB, ID 83648. Contractor must quote date installation shall be completed. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirments and Quality Control (QC). The provision at FAR 52.212-1 Instructions to Offerors—Commercial Items, applies to this acquisition. The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on a Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications – Commercial Items, with quote. 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. Specifically the following clauses cited are applicable to this solicitation: FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; 52.222-19 Child Labor—Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Handicapped Workers; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13 -Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. The following provisions and clauses apply to this acquisition: FAR 52-211.6 Brand Name or Equal; FAR 52.203 Gratuities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.223-3 Hazardous Material Identification and Material Safety Data; FAR 52.233-3 Protest After Award; FAR 52.247-34 - F.o.b. – Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generatred Forms. The clause at DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests, applies to this acquisition. All quotes must be emailed to TSgt Desormeaux at jody.desormeaux@mountainhome.af.mil, or faxed to (208) 828-2658 with attention to TSgt Desormeaux. Quotes are required to be received no later than 16:30 MST, Friday, 21 May 2004. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (19-MAY-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/366CONS/Reference-Number-FQ489741100300/listing.html)
 
Place of Performance
Address: 366 CES/CEOU BLDG 1300 Mt Home AFB, Idaho
Zip Code: 83648
Country: US
 
Record
SN00589203-F 20040521/040519214937 (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  © 1994-2020, Loren Data Corp.