Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2005 FBO #1455
SOLICITATION NOTICE

58 -- Radio Communications: Supply and maintain one narrow band analog radio communication system for Arkabutla, Enid, Grenada and Sardis Lakes and their associated project management offices.

Notice Date
11/18/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Vicksburg Consolidated Contracts Office, Vicksburg, ATTN: ERDC, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912HZ-06-T-9999
 
Response Due
11/25/2005
 
Archive Date
1/24/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined 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 requested and a written solicitation will not be issued. Requisition Number W912HZ-06-T-9999 is being issued as a request for quotation (RFQ) with intent to award as a simplified acquisition. The solicitation document and incorporated provision s and clauses are those in effect through Federal Acquisition Circular 2005-06. This acquisition is unrestricted. The US Army Corps of Engineers (USACE), Vicksburg District (MVK), Vicksburg, MS, has a requirement for: 1. Scope. The Contractor shall supply and maintain one narrow band analog radio communication system for Arkabutla, Enid, Grenada and Sardis Lakes and their associated project management offices in accordance with these specifications. 2. Radio Spectrum. The Contractor shall supply and maintain one transmit and one receive radio frequency for each lake that is licensed by the U.S. Department of Commerce National Telecommunications and Information Administration (NTIA). Frequencies sha ll be of such that no interference, bleed over or walk on, is experienced among the separate lakes which, at some locations, are less than 15 miles apart. Prior to contract award, the Contractor shall provide to the Contracting Officer written evidence fr om the NTIA indicating that appropriate licensing of frequencies is available to the vendor after contract award and with sufficient time to avoid any delays in system activations on the dates prescribed in paragraph 14, below. 3. Quantities. The Contractor shall furnish and install the following radio equipment to the locations specified. All equipment shall remain property of the Contractor. Mobile radios shall be installed in vehicles and boats. Desk radios shall be instal led in offices. Quantities follow (LOCATION: item (with quantity)): ARKABUTLA LAKE: Repeater (quantity 1), Base Station (3), Mobile Radio (43), Desktop Radio (10), Hand Held Radio (41). ENID LAKE: Repeater (1), Base Station (3), Mobile Radio (26), Desktop Radio (10), Ha nd Held Radio (23). GRENADA LAKE: Repeater (1), Base Station (3), Mobile Radio (39), Desktop Radio (7), Hand Held Radio (43). SARDIS LAKE: Repeater (1), Base Station (2), Mobile Radio (43), Desktop Radio (7), Hand Held Radio (60). GRENADA PROJECT OFFICE : Repeater (0), Base Station (1), Mobile Radio (7), Desktop Radio (6), Hand Held Radio (10). SARDIS PROJECT OFFICE: Repeater (0), Base Station (1), Mobile Radio (8), Desktop Radio (4), Hand Held Radio (12). 4. Radio Equipment Capabilities - General. The Contractor shall provide a single brand of analog radio equipment and hardware that meets the following requirements. Multiple brands will not be authorized or accepted. All item types provided shall be th e same model. a. Full signal coverage for all radio types shall be provided within the geographical boundaries of Enid and Grenada Lakes. Full signal coverage for all radio types shall be provided within the geographical boundaries of Sardis Lake that are west the Hi ghway 7 Crossing in the Upper Sardis Lake area. Full signal coverage for all radio types shall be provided within the geographical boundaries of Arkabutla Lake that are west the Highway 51 Crossing. Project maps can be provided if requested. b. The radio system must provide interoperability (communications) capability with all analog communications systems used by local law enforcement and emergency response agencies in the area. 5. Repeaters. Each repeater shall have the following capability. The Contractor shall install and maintain these repeaters on Government-furnished radio towers. a. 100-Watt Power Output. b. 12.5 channel spacing. c. Dual Power Supplies/ 100% continuous duty. d. Frequency Range (132-174 KHz.) e. Audio Sens itivity( -20 dBm to 0dBm ) f. Audio Distortion (Less than 3% at 1000Hz; 60%RSD g. Maximum Deviation (RSD) +-2.5kHz h. Must provide multiple trunking formats. i. Must have remote control operations. j. Must provide diagnosis by using secondary RF network. k. Backup battery-operated power supply with sufficient capacity to operate the repeater for one hour during power outages. 6. Base Stations. Each base station shall have the following capabilities and features: a. Not less than 90 talk groups b. Transmit time-out timer c. Voice-Operated Transmit d. Dual Priority Scan e. Revert Scan f. Scan Talk Back g. Signaling shall meet current protocol. h. Emergency Encode i. Data Operated Squelch (DDS) j. Must have escalating alert tones. k. Effective Radiant Power shall not be less than 65 watts. l. 7.5 Watt External Speaker m. Backlit Alphanumeric Display n. Frequency Satiability +/-2.5ppm o. Desk Microphone p. Base Tray q. Must include appropriate AC/DC power converter 7. Mobile Radios. Each mobile radio shall have the following capabilities and features: a. Not less than 90 talk groups. b. Transmit time-out timer c. Voice-Operated Transmit d. Dual Priority Scan e. Revert Scan f. Scan Talk Back g. Signaling shall meet current protocol. h. Emergency Encode i. Data Operated Squelch (DDS) j. Must have escalating alert tones. k. Effective Radiant Power must exceed 65 watts. l. 7.5 Watt External Speaker m. Backlit Alphanumeric Display n. Frequency Satiability +/-2.5ppm o. Antenna 8. Portable Hand-Held Radios. Each hand-held portable radio shall have the following capabilities and features: a. Radio must have up 90 Talk groups. b. Transmit time-out timer c. Voice-Operated Transmit d. Dual Priority Scan e. Revert Scan f. Scan Talk Back g. Signaling shall meet current protocol. h. Emergency Encode i. Cue Tone j. Backlit Alphanumeric Display k. 1800 mAh Lithium-ion battery l. 5 Watt Transmitter m. Frequency Stability .00025% n. Spur Rejection 75dB o. Belt clip / holster p. Antenna 9 Desktop Radios. Each remote radio shall have the following capabilities and features: a. Four Frequency b. RX/TX Compression c. Intercom, built-in microphone & speaker d. Trunking Capable 10. Services . For repeaters and base stations, the Contractor shall provide on-site service and repairs by factory-trained and certified specialists for all furnished equipment within one hour of a service call and on a 24-hour per day, 7-day per week b asis, holidays included. The Contractor shall be capable of servicing repeater and base station equipment at multiple locations concurrently so as to minimize down time. The Contractor shall provide next-day service on all mobile, hand-held and desktop r adios. The Contractor shall also have the capability of providing on-site service during adverse weather conditions, including but not limited to snow and ice. The Contractor may replace equipment, in lieu of repair, at his option. The Contractor shall maintain an adequate supply of replacement radios, equipment and parts so there will be no delay in the repair or replacement of equipment. 11. Government-Furnished Equipment and Services. The Government will furnish existing radio towers, buildings, cabling, and antennas for repeater mounting. In the event Contractor provided equipment will not work with Government-furnished antennas, the Contactor shall be responsible for replacing antennas on the Government-owned towers. The Government will also furnish electric power to all fixed radio equipment. 12. Required Training: Contract personnel that may be performing work on any towers are required to have First Aid, CPR, and Radio Frequency training. Contract personnel that will be climbing towers are also required to have Fall Protection and Advanced Fall Protection and Rescue training. One person present is required to be certified in the following when work is to be performed i n these categories: Hark Alarm System, TWR Lighting Control System, Cad Welding (bronze to steel), Crane Operator training, Anritsu training (sweeping and testing of cables), and Fork Lift operation training. 13. Safety/Accident Reporting: For all work within the boundaries of Corps of Engineers projects, the Contractor shall provide for the safety and protection of personnel employed in support of this contract. Contractor shall comply with Engineering Man ual (EM) 385-1-1, Safety and Health Requirements Manual. Contractor shall also comply with all Occupational Safety and Health Act (OSHA) regulations. The Contractor shall maintain an accurate record of, and shall report to the Contracting Officer in t he manner and on the forms prescribed by the Government, any accident that occurs on Government property. All accidents must be reported within 24 hours of the occurrence. 14. Delivery or Performance. The Contractor shall complete all installations, equipment setup and system activation at Sardis Lake by December 31, 2005 and at all other locations by January 28, 2006. During the transition from the Corps-owned radio syst em the contractor shall configure the new radios to allow communications with the Corps analog radio system on a temporary basis to help minimize the disruptions to communications during the transition period. All Corps-owned radio equipment that is repla ced shall remain the property of the Government. The Contractor shall provide a transition plan to the Contracting Officer for review and approval prior to commencing work. 15. Invoices. The Contractor shall submit invoices on a monthly basis to the Sardis Project Office for the services provided to Arkabutla and Sardis Lakes and the Sardis Project Office and to the Grenada Project Office for the services provided to Enid a nd Grenada Lakes and the Grenada Project Office. PLEASE SUBMIT QUOTE AS FOLLOWS: BASE YEAR: CLIN0001 ARKABUTLA LAKE: cost per month __________; cost per year __________. CLIN0002 ENID LAKE: cost per month __________; cost per year __________. CLIN0003 GRENADA LAKE: cost per month __________; cost per year __________. CLIN0004 SARDIS LAKE: cost per month __________; cost per year __________. CLIN0005 GRENADA PROJECT OFFICE: cost per month __________; cost per year __________. CLIN0006 SARDIS PROJECT OFFICE: cost per month __________; cost per year __________. TOTAL BASE YEAR COST FOR CLIN0001 -CLIN0006 __________. FIRST OPTION YEAR: CLIN0001 ARKABUTLA LAKE: cost per month __________; cost per year __________. CLIN0002 ENID LAKE: cost per month __________; cost per year __________. CLIN0003 GRENADA LAKE: cost per month __________; cost per year __________. CLIN0004 SARDIS LAKE: cost per month __________; cost per year __________. CLIN0005 GRENADA PROJECT OFFICE: cost per month __________; cost per year __________. CLIN0006 SARDIS PROJECT OFFICE: cost per month __________; cost per year __________. TOTAL FIRST OPTION YEAR COST FOR CLIN0001-CLIN0006 __________. SECOND OPTION YEAR: CLIN0001 ARKABUTLA LAKE: cost per month __________; cost per year __________. CLIN0002 ENID LAKE: cost per month __________; cost per year __________. CLIN0003 GRENADA LAKE: cost per month __________; cost per year __________. CLIN0004 SARDIS LAKE: cost per month __________; cost per year __________. CLIN0005 GRENADA PROJECT OFFICE: cost per month __________; cost per year __________. CLIN0006 SARDIS PROJECT OFFICE: cost per month __________; cost per year __________. TOTAL SECOND OPTION YEAR COST FOR CLIN0001-CLIN0006 __________. GRAND TOTAL FOR ALL THREE YEARS __________. FOB Destination. Delivery is to be made per the dates and locations stated in the above specifications. The government intends to award a contract for a base period of 12 months with two 12 month option periods. FAR Provision 52.212-1, Instructions to O fferors  Commercial Items, applies to this acquisition. FAR Provision 52.212-2, Evaluatio n  Commercial, applies to this acquisition. AWARD SHALL BE MADE TO THE RESPONSIBLE OFFEROR WHOSE QUOTE IS DETERMINED TO BE LOWEST PRICE TECHNICALLY ACCEPTABLE. FAR Provision 52.212-3, Offeror Representations and Certifications  Commercial Items, applie s to this acquisition. A completed copy of FAR Provision 52.212-3 shall be submitted with each quotation. FAR Clause 52.212-4, Contract Terms and Conditions  Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditi ons Required to Implement Statutes or Executive Orders  Commercial Items, applies to this acquisition. Quotes are due 25-Nov-2005 by 1530 hrs (Central Time Zone) at Vicksburg Consolidated Contracting Office, Attention: Jack Peterson, 4155 East Clay Stree t, Vicksburg, MS 39183. Quotes will be accepted via email: Jack.L.Peterson@mvk02.usace.army.mil, fax: 601-631-7263, or mail delivery to the aforementioned address. For information concerning this solicitation contact Jack Peterson at 601-631-5358, or use the above email address.
 
Place of Performance
Address: Vicksburg Consolidated Contracts Office, Vicksburg ATTN: ERDC, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN00934589-W 20051120/051118212219 (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.