Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
MODIFICATION

58 -- Bi-directional Amplifier System

Notice Date
9/12/2006
 
Notice Type
Modification
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONS / LGC, 460 CONS / LGC, 510 S. Aspen St. (MS 92) Bldg 1030, Buckley AFB, CO, 80011-9551
 
ZIP Code
80011-9551
 
Solicitation Number
FA2543-06-Q-0022
 
Response Due
9/15/2006
 
Archive Date
10/15/2006
 
Point of Contact
Jacqueline Carter, Contracting Specialist, Phone 720-847-6677, Fax 720-847-6443, - Attila Kovacs, Contracting Officer, Phone 720-847-9952, Fax 720-847-6443,
 
E-Mail Address
jacqueline.carter@buckley.af.mil, attila.kovacs@buckley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 003: The following has been amended. Paragraph 2.4. of the Statement of Work (Solicitation) has changed FROM: 2.4 Technical Requirements. The antenna is to be mounted on a non-penetrating roof mount on the south side of the roof with the antenna pointed at the Cherry Creek site. The mast for the mount must be 2 3/8 incheds OD and 60 inches in height. The antenna must be 10 db gain or higher with a front to back isolation rating of 16db or higher. The Transmission line must be 1/2 inch and must not be braided coax. The mast and antenna line must be grounded properly. The line is to be secured to the exterior of the building at manufacturers recommended intervals. The penetration must be weatherproof. Once inside, the transmission line must be routed and attached to lightning protection and grounded. The Amplifier is to be wall mounted at a serviceable level. The housing of the amplifier must be grounded. Any interior cabling after the amplifier must be plenum rated. The transmission line inside the building must be 1/2 inch and secured per manufacturer recommendations and local building codes. Where possible, cable must be at least four (4) inches away from parallel voice/data lines. The inside lines must be swept to verify continuity. TO: 2.4 Technical Requirements. The antenna is to be mounted on a non-penetrating roof mount or mounted directly to the side of the building using appropriate standoffs. The antenna will be installed on the south side of the roof with the antenna pointed at the Cherry Creek site. The mast for the mount must be 2 3/8 inches OD and 60 inches in height. The antenna must be 10 db gain or higher with a front to back isolation rating of 16db or higher. The Transmission line must be 1/2 inch and must not be braided coax. The mast and antenna line must be grounded properly. The line is to be secured to the exterior of the building at manufacturers recommended intervals. The penetration must be weatherproof. Once inside, the transmission line must be routed and attached to lightning protection and grounded. The Amplifier is to be wall mounted at a serviceable level. The housing of the amplifier must be grounded. Any interior cabling after the amplifier must be plenum rated. The transmission line inside the building must be 1/2 inch and secured per manufacturer recommendations and local building codes. Where possible, cable must be at least four (4) inches away from parallel voice/data lines. The inside lines must be swept to verify continuity. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. Offeror shall complete a copy of the provision 52.212-3, Alt I or complete the annual representation and certifications (See the first paragraph on the clause 52.212-3. 52.212-4, Contract Terms and Conditions, Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEV) 52.219-9, Notice of Total Small Business Set-Aside 52.223-5, Pollution Prevention and Right-to-Know Information 52.228-5, Insurance - Work on a Government Installation 52.232-33, Payment by Electronic Funds Trasfer-Central Contractor Registration 52.237-1, Site Visit 52.237-2, Protection of Government Buildings, Equipment and Vegetation 52.245-2, Government Property 52.252.6, Authorized Deviations in Clauses, fill-in Department of Defense Federal Acquisition Regulation, Chapter 2 52.252-1 and 52.252-2 the fill-in is a follows: http://farsite.hill.af.mil/ 52.204-9, Personal Identity Verification of Contractor Personnel 252.204-7004 Alt A, Required Central Contractor Registration 252.212-7001, Contract Terms and conditions required to implement statutes etc., (DEV) 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 5352.223-9001, Health and Safety on Government Installation 5352.242-9000, Contractor Access to Air Force Installation Questions may be emailed or faxed. Email is the preferred method of receipt. Email: jacqueline.carter@buckley.af.mil and attila.kovacs@buckley.af.mil Facsimile: (720) 847-6443, Commercial: Jacqueline Carter (720) 847-6677 and Attila Kovacs (720) 847-9952 All quotations shall include the following information: Company's complete mailing and remittance address, discounts for prompt payment, if any (e.g. 1% 10 days), the company's CAGE Code, DUNS & Bradstreet number, and Taxpayer ID number, expiration of quote. Quotes must be valid for a period no less than 60 days. The government will not reimburse the contractor for any monies spent to provide the quotation. Quotes are due no later than 12:00 PM MDT, 15 September 2006. STATEMENT OF WORK (SOW), 23 August 2006 Bi-Directional Amplifier (BDA) Building 1 (AAFES) Buckley Air Force Base 1. Description of Services. Non-personal. This Statement of Work (SOW) defines the actions for the Contractor to provide and install a complete turn-key BDA system for Building 1, AAFES, Buckley Air Force Base, Colorado 80011. In order for this requirment to be considered complete it must conform to Motorola R56 Installation Guidelines and be fully operational. 2. Service Delivery Summary: 2.1. Scope of Work. The contractor shall supply all items required to properly install a fully functional turn-key BDA system in accordance with this SOW, manufacturer guidelines, applicable federal regulations, national professional codes and commercial practices/standards. Supplied items include, but are not limited to materials, personnel, vehicles, tools and equipment. In addition, the contractor shall provide a BDA technical solution, and warranty on install and system. 2.2 Installation Schedule. The performance period is 30 days of contract award. The contractor shall provide the Government an installation time period (i.e. 25 days from receipt of contract) and schedule time-line (i.e. Monday - Thursday 8:00 AM - 4:00 PM) with proposal. 2.3 Hours of Operation. 0700-2000, Monday - Friday, unless otherwise stated. 2.3 Warranty. Contractor shall provide the standard manufacturer warranty or a 1-year warranty (whichever is greater) on all parts, labor, and installation. 2.4 Technical Requirements. The antenna is to be mounted on a non-penetrating roof mount on the south side of the roof with the antenna pointed at the Cherry Creek site. The mast for the mount must be 2 3/8 inches OD and 60 inches in height. The antenna must be 10 db gain or higher with a front to back isolation rating of 16db or higher. The Transmission line must be 1/2 inch and must not be braided coax. The mast and antenna line must be grounded properly. The line is to be secured to the exterior of the building at manufacturers recommended intervals. The penetration must be weatherproof. Once inside, the transmission line must be routed and attached to lightning protection and grounded. The Amplifier is to be wall mounted at a serviceable level. The housing of the amplifier must be grounded. Any interior cabling after the amplifier must be plenum rated. The transmission line inside the building must be 1/2 inch and secured per manufacturer recommendations and local building codes. Where possible, cable must be at least four (4) inches away from parallel voice/data lines. The inside lines must be swept to verify continuity. 2.5 BDA Technical Requirments. The BDA installed will include the following, but not limited to, as a minimum: - Amplifier must be rated at +73db gain or higher - Frequency Range of 406-420Mhz - Pass 5Mhz BW 5-7Mhz - Contact closures for power failure alarms - UPS Backup power sufficient for 2 hours of operation 2.6 Building Overview. Brick structure consisting of the Base Exchange and Commissary 2.7 Physical Security. The contractor shall be responsible for safeguarding all Government property and controlled forms provided for contractor use. At the end of each work period, all Government facilities, equipment, and materials shall be secured. 3 Point of Contact (POC). 460 SCS/SCMR, 460 SCS/SCMR TSgt Daniel Clampitt, NOTE: The above POCs do not have authority to obligate the Government or change the terms or conditions of the contract. 4.0 Site Clean-up. The contractor will be responsible for immediately cleaning up any spills, debris, etc., which may occur during construction. The contractor will be responsible for keeping construction areas in serviceable order. 5 .0 Pass and Identification. The Contractor shall ensure the pass and identification items (valid drivers license, current vehicle registration, and current insurance) required for the contract performance is obtained for employees and non-government owned vehicles with the Buckley Annex Security Office/Vistors Center. 5.1 Before arrival, the Contractor must mail, fax, or email a Visit Authorization Letter (VAL) to Jacqueline Carter, 460 CONS/LGCB, 720-847-6677, (fax) 720-847-6443, listing the employee's full name and company name on company letterhead. The VAL must provide the purpose, date, and a point-of-contact for the visit. 5.2 Upon receipt, the VAL will be given to the Buckley Annex Security Office/Visitors Center for issuance of a Visitor/Vehicle Pass. 6 Security Escorts. Will be provided by the Government, if required. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-SEP-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFSC/821CONS/FA2543-06-Q-0022/listing.html)
 
Place of Performance
Address: Buckley AFB (Aurora), CO
Zip Code: 80011
Country: UNITED STATES
 
Record
SN01141680-F 20060914/060912224158 (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  © 1994-2020, Loren Data Corp.