Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2004 FBO #0997
MODIFICATION

54 -- PREFABRICATED COMMUNICATION EQUIPMENT SHELTER

Notice Date
8/17/2004
 
Notice Type
Modification
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Nez Perce National Forest, Route 2, Box 475, Grangeville, ID, 83530
 
ZIP Code
83530
 
Solicitation Number
RFQ-R1-17-4-031
 
Response Due
8/19/2004
 
Archive Date
9/3/2004
 
Point of Contact
Sandra Aiken, Purchasing Agent, Phone 208-983-4002, Fax 208-983-4098,
 
E-Mail Address
saiken@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT Number 1 RFQ-R1-17-4-031 Prefabricated Communication Equipment Shelter Questions and Answers: Regarding the EMI/RFI, are there any frequencies that are a problem area? Answer: no frequencies that are a problem area. Regarding the EMI/RFI, what shielding effectiveness is required? Answer: shielding effectiveness required: RFI- 70db @ 20 MHZ to 3.29 GHZ; EMI- 40db. Regarding the EMI/RFI, is MIL-STD-285 a requirement? Answer: NO. Regarding the EMI/RFI, do entrance door and half door both have to be shielded? Answer: YES. Regarding the half door requirement, can this be a roof hatch? Answer: NO, a roof hatch is not acceptable. Is there an AC power requirement in the shelter? Answer: NO. Would you please verify the DC power requirements? Will the solar cell system w/PV, battery cells, and DC controls and panels will be provided and installed by the Forest Service? Answer: Forest service will supply and install PV, battery cells, and DC controls. Floor needs to support approximately 800 lb battery load. Is EMI/RFI formal testing and a testing report required? Answer: YES. Extended mast must be able to withstand 100 mph wind with inch of ice; is this also with an antenna installed? Answer: YES, mast must be able to withstand 100 mph wind with antenna and ice. Antenna is a Telewave ANT-150F2. RFQ-R1-17-4-031 PREFABRICATED COMMUNICATION EQUIPMENT SHELTER Commercial Item Combined Synopsis/Solicitation Prefabricated Communication Equipment Shelter, Nez Perce National Forest, Idaho County, Idaho. This is a combined synopsis/solicitation 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; proposals are being requested and a written solicitation will not be issued. Solicitation R1-17-4-031 is issued as a Request for Quotes (RFQ). Responses are due by August 19, 2004, 3:30 p.m., Pacific Time. Set Aside for Small Business. The North American Industry Classification Code is 332311 for Prefabricated Metal Building and Component Manufacturing, 500 employees. A quote is requested for 1 Line item. The Government will make a single award under this solicitation. Note: CCR: a prospective awardee(s) shall be registered in the Central Contractor Registration (CCR) database prior to award. Information on registration may be obtained via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 1-269-961-5757. Line Item 1: Quantity 1, Prefabricated Communication Equipment Shelter: Burnt Knob site. Shelter must come equipped with outriggers and a 40 ft articulating mast. Approximate shelter dimensions: 6 ft wide X 6 ft long X 8 ft tall. Shelter must be equipped with EMI, RFI and lightning protection in order to house radio frequency radio equipment. Shelter must provide a cable entry port shielded gland to accommodate a LDN4 one-half inch radio frequency coax cable that will be provided by the Forest Service. Shelter flooring shall support the installation of a GNB Absolyte IIP 6-90-15a gel cell battery that weighs approximately 800 lbs. Shelter shall come equipped with a 12 inch X 12 inch shielded and hooded air vent. Shelter shall come equipped with an internal halo ground system with a single connection point to attach the shelter, outriggers and mast to a ground system. Shelter must provide an R18 insulation factor. The roof must be able to support snow loads up to 100 lbs per square foot. Vendor must provide an adjustable locking solar panel roof mounting system to accommodate 4: sx 64 solar panels or equivalent. The Forest will provide and mount the actual panels to the shelter. Shelter must come equipped with a water tight, half door mounted above a single door for winter entry. The articulating mast must extend vertically, 40 ft, by use of a manual hand crank. It must be a part of the shelter with no ground disturbance, anchor points, or guy wires needed. The shelter and extended mast must be able to withstand 100 mph wind with 1 inch of ice. The shelter and mast must sit above the ground on outriggers that have load leveling capability up to 20 inch leg foundation variance. Ground disturbance will be limited to the four points where the outriggers sit. The outside dimensions of the structure with the downriggers extended will not exceed 10 ft X 10 ft. The shelter must come equipped with hardware necessary for airlifting the structure with a helicopter. The total weight of the shelter, outriggers and mast must not exceed 2,300 lbs. The Forest Service will provide a slate gray paint code. Delivery of this item will be made no later than July 2005 but the shelter would be accepted earlier. Item is to be delivered to Nez Perce National Forest, Wareyard, State Highway 13 and East Main, Grangeville, ID, 83530, FOB destination. The Government will award a single contract resulting from this quotation to the responsible offeror(s) whose offer conforming to this quotation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of the line item offered to meet the Government specifications and price. Pertinent portions of Clause 52.212-1: Instructions to Offerors Commercial Items, are as follows: as a minimum, offers must show (1) the solicitation number, (2) the name, address, and telephone number of the offeror, (3) a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature or other documents, if necessary, (4) terms of any express warranty, (5) price and any discount terms, (6) Remit to address, if different than the mailing address; and (7) confirmation of ability to meet the delivery dates as stated in the Line Item descriptions. The following FAR clauses and provisions apply to this acquisition and are incorporated by reference: 52.212-1(Instructions to Offerors Commercial Items), 52-212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial items). For a listing of the clauses cited in 52.212-5 that apply to this acquisition, please contact Karen Ruklic at 208-476-8224 or 208-983-1950. FAR Clause 52.204-7 (Central Contractor Registration) is also incorporated by reference. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-23, date 5/5/04. The clauses and provisions referenced in this quotation can be found in full text form at http://www.arnet.gov/far. Offerors are to include a copy of the provision at 52.212-3 (Offeror Representations and Certifications Commercial Items), with this offer. Offers may be submitted by mail to the Nez Perce National Forest, Attn: Bid Drawer, Route 2 Box 475, Grangeville, ID, 83530 or fax 208-983-4098. For more information regarding this solicitation, please contact Karen Ruklic, 208-476-8224 or 208-983-1950.
 
Place of Performance
Address: Nez Perce National Forest, State Highway 13 and East Main, Route 2, Box 475, Grangeville, ID
Zip Code: 83530
Country: USA
 
Record
SN00645146-W 20040819/040817211722 (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.