Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2005 FBO #1153
SOLICITATION NOTICE

35 -- MODIS Ground Station Maintenance

Notice Date
1/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Agriculture, Forest Service, R-4 Geospatial Service & Technology Center, 2222 West 2300 South, Salt Lake City, UT, 84119
 
ZIP Code
84119
 
Solicitation Number
RFQ-51-05-009
 
Response Due
2/4/2005
 
Archive Date
3/1/2005
 
Description
This is a combine 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 request and a written solicitation will not be issued. RFQ # 51-05-009 The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26. The NAIC code for this solicitation is 811219 with a size standard defined as 6.0. This solicitation is not a small business set-aside. REQUIREMENTS 1. Overview The USDA Forest Service Remote Sensing Applications Center (RSAC) intends to acquire a maintenance and support agreement for its X-Band Moderate Resolution Imaging Spectroradiometer (MODIS) Ground Station System (Jackson & Tull Explorer Series Model 2600) in Salt Lake City, Utah. The station receives direct broadcast image data 24 hours a day, year round from MODIS and will be enclosed within a radome in the near future. Raw image data collected by the ground station supports a national, operational fire detection and mapping program for the USDA Forest Service and other critical Forest Service mission objectives. Upon award, this maintenance agreement will provide preventive and corrective maintenance coverage on the ground station. RSAC retains the right to add, remove, or otherwise modify the agreement as new hardware is acquired and/or replaced. These modifications will be mutually agreed upon between the Government and the Contractor. 2. Schedule of Supplies/Services February 1, 2005 to January 31, 2006 3. Maintenance Requirements The service provider shall perform preventive and corrective maintenance on the RSAC MODIS ground station. All labor and parts shall be provided in accordance with the Original Equipment Manufacturer (OEM) requirements. Interested parties shall provide a firm, fixed-price quotation for the following items: 24-Hour Phone & Email Support. Customer is willing to do basic maintenance with guidance. For example, a site visit would not be required to replace a cable, computer boards and other routine tasks. Provide an hourly rate. Scheduled Maintenance Site Visits - 2 Visits/Year by 1 Engineer for 2 days per visit. System maintenance will include all preventive maintenance actions, alignment of system, and installation and verification of any software upgrades. Provide an hourly rate. Parts Warranty (One Year) including all parts that fail or are degraded to a point where failure is inevitable or performance can be expected to be degraded. Provide a monthly rate. Unscheduled Maintenance - Response within 5 working days for on-site repairs that cannot be resolved via phone and email traffic through normal maintenance actions by the operators. Provide an hourly rate. Quotation should also provide for and include any on-site equipment necessary for performing installation, maintenance or repair of equipment. Ground station is located on the roof of a concrete block structure 15 feet tall located on top of a two-story office building requiring the use of a boom crane for heavy lifting jobs. 4. Additional Requirements In addition to quotation for the maintenance requirements, submitters should provide a for a spare parts price list quotation for the Jackson & Tull Explorer Series Model 2600 station with purchase and installation options for the following items. Quotation should also include shipping costs of equipment. o Complete ACU System o Complete Power Supply System o ACU Servo Controller Board o ACU CPU Board o ACU-to-PS Interconnect Cable o ACU Azimuth Cable o ACU Elevation Cable o Azimuth Absolute Position Sensor o Downconverter Power Supply Unit o AZ Encoder PCB Board o EL Encoder PCB Board o EL Inclinometer Assembly o RF & control cabling from the ground station rack to the antenna (assume 100 meter length) o Receiver, GPS receiver, LNA o Power supply assembly Offerors shall submit their proposals to USDA Forest Service, 2222 West 2300 South Salt Lake City, UT 84119 or can be faxed to 801-975-3483 by 4:30 PM on February 4, 2005. The provision at 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition. FAR provision 52.212-2, Evaluation?Commercial items is applicable to this acquisition. Offerors must submit references of past performance, please include contact names and phone numbers. The offerors must provide completed copy of the provisions at 52.212-3 Offeror Representations and Certifications?Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items applies to this acquisition. For a copy of Wage Determination/Service Contract Act Wage Determination # 1994-2532, Revision # 20, Date of Revision: 08-25-2004 Call 801-975-3846.
 
Place of Performance
Address: 2222 W. 2300 S. Salt Lake City, Utah
Zip Code: 84119
Country: Salt Lake
 
Record
SN00737392-W 20050122/050120211710 (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.