Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2006 FBO #1742
MODIFICATION

58 -- Procure, Install, & Erect a LMR / UHF / VHF Tactical Communications Tower

Notice Date
9/1/2006
 
Notice Type
Modification
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862
 
ZIP Code
32542-6862
 
Solicitation Number
F1T0DR6174A100
 
Response Due
9/7/2006
 
Archive Date
9/22/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment #4 (Opens this Combined Solicitation/Synopsis again): The 96 Contracting Squadron, 96 CONS/MSCBA at Eglin AFB, Florida intends to solicit, negotiate, and award a Firm-Fixed Price contract for Installation and erection of a LMR / UHF / VHF TACTICAL Communications Tower at Duke Field, Eglin AFB, FL. 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. This announcement constitutes the only solicitation; a quotation is being requested, and a written request for quotation will not be issued. This solicitation is issued as Request for Quotation (RFQ) F1T0DR6174A100. The North American Industry Classification System (NAICS) code for this acquisition is 238210, and the small business size standard is $13.0M. This notice is a 100% small business set-aside requirement. Please identify your business size in your response based upon this standard. In addition to the attached Statement of Work (SOW), a simplified plan of the required tower?s physical location to Building 3078 is available upon request. A base dig location approval for the planned location is completed. STATEMENT OF WORK: LMR/UHF/VHF Tactical Communications Tower (#F1TODR6174A100) 1. Procure and erect an 80 foot free standing communications tower for the 919 SOW/CP located at building 3078 rm 254 Eglin aux fld 3 Florida 32542. 2. Location of tower; a. North, north East corner of building 3078. See drawing for proposed tower site. b. At the location of the tower the soil is light to medium compacted sand with no known factors. c. See attached drawing for proposed tower site d. See attached drawing for proposed antenna locations e. See attached wind data from the 46th Test Wing, Eglin AFB; it is stated that annual average winds are Southerly at 6-7 knots; strongest gust [3 seconds] has been 92 knots. 3. Tower project must follow all applicable building codes and at minimum TIA-EIA 222F or better standards. 4. Tower must have a built in lightning suppression system to protect radios, tower, building and antennas. 5. If required the contractor will set up a cable support from the tower to the building. No penetration to the roof system will be made at any point. 6. Dig permit required by EAFB is already completed. 7. The following antennas need to be procured (UHF / VHF) or moved (LMR / GV) to the new tower. New Low loss Antenna wire will run from the tower to adjacent build penetrating the already existing cable head in the center of the building above the command post. Once inside the command post route the antenna wire above the ceiling from the cable head to the radios following the path of existing radio wires. a. Install one each UHF antenna operating in the 225-399 Mhz range. Recommended antenna type AT18-197 / Attach antenna using 4? side arm. Location of this antenna will be the highest point practical on the tower. b. Install one each VHF antenna operating in the 136-174 Mhz range. Recommended antenna type DC-80 / Attach antenna using 4? side arm. Location of this antenna will be the highest point practical on the tower. c. Move four existing land mobile radio (LMR) antennas operating 380-400 Mhz range off there temporary mounts and transfer them to the tower. Stager antennas from top to bottom spacing antennas as far apart as possible to achieve best transmission and reception as possible. LMR antenna?s are omni directional stick approximately 20 pounds in weight 48 inches long. Currently these antennas are mounted temporally to the roof of building 3078. These antennas do not require side arms and can be attached directly to the tower with applicable hardware provided by the contractor. d. Move existing Giant Voice antenna off of the roof of building 3078 and attach it to the new tower. Currently this antenna is mounted temporally to the roof of building 3078. This antenna does not require side arms and can be attached directly to the tower with applicable hardware provided by the contractor. GV antenna is approximately 20 pounds and 72 inches in length. e. Antenna cabling must be low loss RF cable. 8. Contractor will remove all previously used antenna wire from the building and dispose of wire. Example there are four LMR Antenna wires currently being used and all four will be replaced. Remove existing LMR antenna wire. 9. Contractor will remove and replace cable head. The cable head will be provided by the government. 10. Contractor will be responsible for making sure that the landscape is returned to normal to include hauling away surplus dirt and re-sod the landscape back to its original state. 11. Project must be completed within 90 days after contact award. The following are Questions/Concerns & answers from the site visit on 24 August 2006: 1. Is a soil analysis needed? IAW Duke Civil Engineering representative, the soil at Duke Fld is light to medium compacted sand with no known factors. 2. How far away from the building does the tower need to be? 6-10 feet off the north end of the building. 3. Need wind data: average annual winds, max sustained winds, strongest gusts [3 seconds] http://www.dca.state.fl.us/fbc/maps/2_maps.htm#O http://www.dca.state.fl.us/fbc/maps/county_maps/okaloosa_Rev081403.pdf http://www.eglin.af.mil/weather/ See attached information from the 46 TW Weather SQ. Contact David Serbe at 850-882-0347 for attachments & drawings. 4. What size conduit? No conduit required. We will be using the existing roof jack penetration. Cables will follow the same route as existing wire. No cable tray or conduit required on the inside of the building. Updated SOW 5. Is the conduit from the tower supposed to go into the building from the end wall ? or should it go across the roof to the current entry wiring point of entry? We will be using the existing roof penetration above the command post. Updated SOW 6. Explain approximate distances the GV & LMR antennas have to be moved [from old site to new towers]. How much do they weigh? LMR and GV antennas are all located on the roof of the building all antennas are with in 60 feet of proposed tower site. LMR and GV antennas all weigh approx 20 pounds each. 8. Is there an architectural drawing of the bldg. Available? No 9. Is the tower supposed to be free-standing? Need guide wires? Free standing / updated SOW 10. What kind of steel standard should we use: older 222F or the new 222G. Contractors will be required to design and build the tower to 222f standard or better. Updated SOW. 11. Is there a height problem with FAA? We have contacted the airfield manager numerous times with numerous questions, and the airfield manager MR Roberts has no concerns for an 80 foot tower. The tower does not require special lighting or paint patterns / 12. Specify which cables have to be cut from roof entry flange. Cables will be removed from the cable head and in side with a one for one basis. Cables to be removed are only the same ones being replaced. 13. Do we need a ground ring around the tower? If that what is required to satisfy lighting protection and applicable building codes. 14. If using roof entry, do we need conduit? No 15. Can ktr replace old flange with a new entry flange? YES 16. Do we need conduit around cables down inside bldg from roof? No conduit required for the roof or inside the building. Contractor will be responsible for replacing the cable head with a government procured part. 17. Is Gov. work downtime anticipated for communications during antennas? relocations and installations. No. Work with customer; there are several options we can do minimize down time. Cut over one radio at a time or run temporary cable to the radios using existing antennas. LMR?s ? we can use hand held LMR?s for short durations of time. 16. Does ktr have to re-sod ground around tower after dig and installation? YES / updated SOW. 17. Does the tower need any special color paint? No specific color (END OF QUESTIONS) The following clauses and provisions are incorporated either by reference or full text and are to remain in full force in any resultant purchase order: -FAR Clause 52.204-7, Central Contractor Registration -FAR 52.212-1, Instructions to Offerors?Commercial. -FAR 52.212-2, Evaluation--Commercial Items. The significant evaluation factors will be based on technical acceptability and price related factors, when combined are approximately equal. Proposals shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its quotation. Failure to do so may result in your proposal to be considered non-responsive. -FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies with the following addendum: DFARS 252.204-7004, Required Central Contractor Registration. Registration with the Central Contractor Registry (CCR) is mandatory. -FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition (DEV). -FAR 52.219-6, Notice of Total Small Business Set-Aside -FAR 52.222-3, Convict Labor -FAR 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, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans -FAR 52.222-36, Affirmative Action for Workers with Disabilities -FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans -FAR 52.225-13, Restrictions on Certain Foreign Purchases -FAR 52.232-33, Payment by Electronic Funds Transfer ? CCR -FAR 52.233-3, Protests After Award -FAR 52.233-4, Applicable Law for Breach of Contract Claim -FAR 52.247-34, FOB Destination -FAR 52.252-2, Clauses Incorporated by Reference. Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm FAR 52.252-6, Authorized Deviations in Clauses. Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the name of the regulation. -DFAR 252.204-7004, Alternate A -DFAR 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEV) -DFAR 252.225-7001, Buy American Act and Balance of Payments Program -DFAR 252.232-7003, Electronic Submission of Payment Requests -DFAR 252.247-7023, Transportation of Supplies by Sea, with Alt III -DFAR 252.225-7000, Buy American Act--Balance of Payments Program Certificate -DFAR 252.225-7002, Qualifying Country Sources as Subcontractors -J-2 Clause, Wide Area Work Flow DODAAC and Email Distribution Table; WAWF Training may be accessed online at http://www.wawftraining.com. Defense FAR Supplement (DFARS) provisions and clauses are also incorporated either by reference or full text and are to remain in full force in any resultant purchase order. All FAR clauses and provisions can be reviewed and/or obtained via the Internet at http://farsite.hill.af.mil. Quotes are due on 7 September 2006 at 2:00PM Central Standard Time (CST), and must reference the proposal number on the outside of your package for identification purposes. Each offeror shall submit their signed and dated offer (signed by an official authorized to bind your organization in a contract) in to: 96th Contracting Squadron, Attn: David Serbe, Bldg 350 West D Ave, Eglin AFB, FL 32542. Faxed or e-mailed proposals will be accepted at Fax 850-882-1680, Attention David Serbe, and email david.serbe@eglin.af.mil respectively. For questions regarding this solicitation, or to receive drawings and weather charts, contact David Serbe, contracts specialist, at telephone (850) 882-0347 or email address in preceding sentence. .
 
Place of Performance
Address: 919 SOW/CP, Building 3078, Duke Field, Eglin AFB, FL 32542
Zip Code: 32542
Country: UNITED STATES
 
Record
SN01132677-W 20060903/060901220937 (fbodaily.com)
 
Source
FedBizOpps 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.