Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2005 FBO #1298
MODIFICATION

58 -- SATELLITE DISH & INSTALL

Notice Date
6/14/2005
 
Notice Type
Modification
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 54A, Alameda, CA, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
HSCG89-05-Q-4TK256
 
Response Due
6/22/2005
 
Archive Date
7/7/2005
 
Point of Contact
Terry Craft, Purchasing Agent, Phone 510/437-3004, Fax 510/437-3014, - Gayla Flucas, Contracting Officer, Phone 510/437-2735, Fax 510/437-3014,
 
E-Mail Address
tcraft@d11.uscg.mil, gflucas@d11.uscg.mil
 
Description
QUESTIONS & ANSWERS Q. Item 2.0 REQUIRED COMPLETION DATE: Within 07 days after receipt of order. Manufacturer requires 5-7 business days to build the antenna, prior to shipping. Can you extend Required Completion date to accommodate lead time and shipping time? Shipping Ocean Freight warrants best cost, however, may require up to 15 days to arrive in Honolulu minimum. Shipping air cargo method is available at a higher rate/cost. Please advise if Completion Date can be extended? A. Vendor must meet required delivery date of COB (1700) 18 July 2005. Q. Item 6.3 Install the new satellite system. Run all cables and ensure that they are neat and aesthetically pleasing to the eye. Contractor is to run all wire runs properly with watertight integrity in spaces that so require it. (Rox blocks and or stuffing tubes). We would need more detailed information on the location of the antenna and the matrix switch. This will determine cable kit lengths needed. With the stuffing tubes, will ship's personnel be drilling the penetration holes and welding the stuffing tubes? Contractor will supply stuffing tubes? For this, we may request to visit the Kukui to do an on site inspection for the Antenna, Stuffing Tubes, Matrix Switch and Control Panel locations. A. KUKUI's DC will drill holes and weld as needed to ensure water tight integrity. Contractor must provide a schematic and or blue print of the wire runs to the DC onboard for the file. Contractor will guide ship's DC as to where to drill the holes and where to weld. All cables and or wires runs will be done by contractor. Q. Item 6.2 Procure all Contractor-Furnished Equipment and arrange for equipment delivery to installation site. Schedule A mutually acceptable installation date to occur as soon as possible after all equipment is on-hand. Conflicts with Item 2, giving us only 7 days to complete the job upon receipt of order. A. Contractor must ensure completion by COB (1700) 18 July 2005. Q. Item 6.5 Install the Radome antenna onto the government provided mounting bracket. The Antenna weights approx. 200 lbs. Will the Coast Guard supply a crane to install the new Radome? A. KUKUI will provide either personell or a crane to get the radome up to the installation point. Item 7.3 All Contractor personnel working on the job site must be U.S. Citizens. We have serviced the USCG Vessels in the past. We have two service engineers with Alien Registration Cards and are authorized to work in the U.S. One Service Engineer is the our Service Manager who has been employed with us for over 10 years, the other Service Engineer has been employed with us over 2 years. Previously, Service and Installation of a Satellite TV Antenna was completed by these Service Engineers on the USCGC Walnut. We have never been faced with this issue in the past. Can an exception be made? A. Contractors employees must a citizen, have an Alien Registration Card or be a naturalized citizen. (No illegal aliens allowed on the Base.) Q. We would like to schedule an on site visit/inspection to make accurate determinations on the installation of the above and below deck equipment, mostly the above deck equipment. We are requesting to attend the USCGC Kukui the week of June 13, 14 or 15, 2005. A. Walk through of the ship is encouraged and welcomed. Perspective contractors must make arrangements at least an hour before coming to the ship. Contractors must call (808) 753-7460 POC SK1 Jackson. This is a combined synopsis/solicitation for commercial item 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. The Request for Quotation number is HSCG89-05-Q-4TK256 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-03. This acquisition is unrestricted. The NAICS is 334290. The small business sized standard is 750 employees. The contract type will be a firm fixed price purchase order. The Government proposes to solicit quotes for the following Satellite dish and installation. NOTE: THE SERVICE CONTRACT ACT OF 1965 IS APPLICABLE TO THIS SOLICITATION. THEREFORE, THE DEPARTMENT OF LABOR WAGE DETERMINATION NUMBER 94-2154 APPLLIES TO THIS SOLICITATION. TO OBTAIN A COPY OF THIS WAGE DETERMINATION, PLEASE CONTACT TERRY CRAT (510) 437-3004 OR tcraft@d11.uscg.mil. SCOPE: STATEMENT OF WORK SATELITTE SYSTEM INSTALLATION For USCGC KUKUI 1.0 BACKGROUND AND PURPOSE The United States Coast Guard (USCG) will replace the existing cable system with a satellite system. 2.0 REQUIRED COMPLETION DATE: Within 07 days after receipt of order. 3.0 CONTRACTOR FURNISHED EQUIPMENT 3.1 The contractor shall provide all labor, non-Government Furnished materials, transportation, and supervision to perform this Statement of Work. The Contractor may substitute the equipment specified below for equipment with equal or better specifications. Contractor Furnished Equipment (CFE) includes but is not limited to: 3.2 All hand and power tools required to perform installation and testing. 3.3 4004 Antenna in a 48in Radome 3.4 100ft RG-11 kit (coaxial cable) or enough to complete the job. 3.5 TSC-10 LCG touch screen control panel w/rack and 100ft of cable. 3.6 Multi Switch (1) 110v MS 3X8 output. 3.7 Straight time labor for installation. 3.8 Misc. cables and connectors, as required to complete the installation. 4.0 GOVERNMENT FURNISHED EQUIPMENT 4.1 A totally operable satellite service account and signal. 4.2 Secure storage for all equipment deliveries from the Contractor. 4.3 Access to the site during installation and testing of the system (normal business hours). 4.4 Fabricated mounting bracket for the mounting of the antenna/radome. 5.0 REFERENCES / APPLICABLE DOCUMENTS 5.1 None. 6.0 REQUIREMENTS 6.1 The Contractor shall be responsible for procuring all Contractor-Furnished Equipment (CFE), travel, and labor to install the new satellite system. Labor includes all planning, project management, supervision, installation, integration, testing, documentation, and user training. 6.2 Procure all Contractor-Furnished Equipment and arrange for equipment delivery to installation site. Schedule a mutually acceptable installation date to occur as soon as possible after all equipment is on-hand. 6.3 Install the new satellite system. Run all cables and ensure that they are neat and aesthetically pleasing to the eye. Contractor is to run all wire runs properly with watertight integrity in spaces that so require it. (Rox blocks and or stuffing tubes.) 6.4 Connect system to the receivers and ensure that the system plays on the provided display. 6.5 Install the Radome antenna onto the government provided mounting bracket. 6.6 Complete a satisfactory test of all Satellite equipment and functions. 6.7 Immediately upon completion of the on-site installation, provide up to two hours of systems operator familiarization and training. 6.8 Provide all operator manuals and warranty information to the USCG POC. 7.0 ADMINISTRATIVE CONSIDERATIONS 7.1 Unless prior arrangements are made with the USCG POC, all work will be performed during normal business days between the hours of 7 am and 5 pm. 7.2 Work to be performed under this Statement of Work is onboard USCGC KUKUI (WLB-203) 7.3 All Contractor personnel working on the job site must be U. S. Citizens. 7.4 Due to heightened security on U.S. Coast Guard Sand Island, the Contractor must provide the names of all individuals at least 24 hours in advance who require access to the U.S. Coast Guard Sand Island job site. Failure to do so may result in denial of access to Coast Guard Sand Island. Contractor personnel are required to carry a picture ID on their person at all times while on board Coast Guard Island. Contractor vehicles may be subject to random search and inspections at the Main Gate and on board the CGC KUKUI. Contractor personnel may be required to produce vehicle registration and proof of insurance to security officers as part of this routing inspection. 7.5 This Statement of Work is issued to satisfy Government requirements, and is not being used to procure personal services prohibited under subpart 37.1 of the Federal Acquisition Regulations (FAR). 8.0 POINT OF CONTACT 8.1 The USCG POC for this Statement of Work is SK1 W. J. Jackson at 808-842-2860 (desk) 808 842-2864 (fax) or 808 753-7460 (cell). AWARD: This purchase will be based on the following criteria: Lowest price for training meeting or exceeding the minimum requirements. Substitute items will be accepted. Please provide specifications for all items offered. CLAUSES: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instruction to Offers Commercial Items, FAR 52.212-3 Offeror Representatives and Certifications and Certifications Commercial Items, all offerors are to include with their offer a completed copy of FAR 52.213-3, FAR 52.212-4, Contract Terms and Conditions Commercial Items. FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders Commercial Items. The following clauses cited in FAR 52.212-5 are applicable to this acquisition; FAR 52.222-3, Convict Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of Vietnam Era (38 U.S.C. 4212), FAR 232.33, Payment by Electronic Funds Transfer-Central Contactor Registration. FAR 52.222-41, Service Contract Act of 1965, FAR 52.222-42, Statement of Equivalent Rates for Federal Hires and FAR 52.204-6 Data Universal Numbering Systems (DUNS) Number. The full text of clauses is available from the Contracting Officer or may be accessed electronically at: http://www.arnet.gov/far. Offers are due on Jun 22, 2005, by 5:00pm local time. Offers shall be mailed to Commander, Maintenance and Logistics Command Pacific (fcp-4), Bldg. 54, Coast Guard Island, Alameda, California 94501-5100, Attn: Ms Terry Craft, faxed to (510) 437-3014, Attn: Ms Terry Craft, or emailed to tcraft@d11.uscg.mil. Offers must provide as a minimum: (1) solicitation number; (2) name and address, point of contact and telephone number of the offeror; (3) price and discount terms, (4) Tax ID Number and (5) Duns Number.
 
Place of Performance
Address: Honolulu, HI
Zip Code: 96819
Country: USA
 
Record
SN00829111-W 20050616/050614211524 (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.