Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
SOLICITATION NOTICE

59 -- Lightning Protection Equipment

Notice Date
9/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, AZ, 85707-3522
 
ZIP Code
85707-3522
 
Solicitation Number
F1P3XP6209A100
 
Response Due
9/22/2006
 
Archive Date
10/7/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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. (ii) Solicitation FA4877-06-Q-U017 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12, Effective 04 Aug 2006 . (iv) This procurement is being issued as a 100% SMALL BUSINESS SET-ASIDE IAW FAR 19.502 (a). The North American Industry Classification System (NAICS) code is 335999 and the small business size standard 500 employees. (v) Davis-Monthan Air Force Base is seeking potential offerors to provide the following: CLIN0001: 1 each: Retrofit installation of Glideslope antenna air terminal and down conductor. Provide all parts and labor to remove and replace the antenna air terminal according to lightning protection standards as provided in AFI 32-1065, Technical Order 31-10-24, MIL-HDBK-419A, and MIL-STD-188-124B. Bond antenna base and equipment shelter to existing ground system. CLIN0002: 1 each: ILS protection package designed for AN/GRN-31 Glideslope equipment shelter. Provide all parts and labor to install transient voltage surge suppression at one exterior power panel/disconnect along with provide and install an A7-8 card protection device. Bond the power entry cabinet and com cabinet to the A7-8 ground point CLIN0003: 1 each: ILS protection package designed for AN/GRN-30 Localizer equipment shelter. Provide all parts and labor to install transient voltage surge suppression at one exterior power panel/disconnect along with provide and install A7 & A8 card protection devices. Bond the power entry cabinet and com cabinet to the A7 & A8 ground point. CLIN0004: 1 each: Retrofit installation of Localizer shelter air terminals and down conductors. Provide all parts and labor to establish four air terminals on the roof of the shelter according to lightning protection standards as provided in AFI 32-1065, Technical Order 31-10-24, MIL-HDBK-419A, and MIL-STD-188-124B. CLIN0005: 1 each: Retrofit-grounding improvement to Bldg. 1540 rooftop radio antenna air terminals. Provide all parts and labor to remove and replace existing air terminals with support standards and air terminals positioned above antenna height according to lightning protection standards as provided in AFI 32-1065, Technical Order 31-10-24, MIL-HDBK-419A, and MIL-STD-188-124B. CLIN0006: 1 each: Bldg. 1540 ground radio equipment: Provide all parts and labor to install transient voltage surge suppression at 3 power panels, 6 radio racks and 8 coax cables. (vii)The period of performance shall be 18 days after issuance of notice to proceed. (viii) 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) 52.212-2, Evaluation -- Commercial Items applies, offers will be evaluated on price and capability. (x) 52.212-3, Offeror Representations and Certifications -- Commercial Items applies to this acquisition. (xi) 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition (xii) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses 52.219-6, Notice of Total Small Business Set Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41 Service Contract Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Additional clauses that apply to this acquisition are: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Item to include 252-225-7001, Buy American Act and Balance of Payment Program; 252.232-7003, Electronic Submission of Payment Requests; 252.246-7000, Material Inspection and Receiving Report; 252.247-7024, Notification of Transportation of Supplies by Sea, and 5352.201-9101-AF Ombudsman clause - ACC Ombudsman follows: Colonel David Glowacki, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone: (757) 764-5371 fax: (757) 764-4400, email: david.glowaacki@langley.af.mil. 52.204-9, Personal Identity Verification of Contractor Personnel, effective 01 Jan 2006, the Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. 52.204-8, Annual Representations and Certifications , effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to https://orca.bpn.gov/ to add or update its ORCA record. All responsive offerors will be considered by the agency. (xvi) Electronic quotes will be accepted at Thomas.Rivenburg@dm.af.mil Fax quotations will be accepted at 520-228-5284. All prospective offerors interested in submitting a quote must include company name, mailing address, point of contact, phone number, e-mail address, and business status. Offers are due no later than 22 Sep 2006 at 12:00 pm PST. (xvii) For other information please contact: SrA Thomas Rivenburg, (520) 228-2370.
 
Place of Performance
Address: 3180 South First Street, Bldg 1540, DM AFB, Tucson, AZ
Zip Code: 85707
Country: UNITED STATES
 
Record
SN01146757-W 20060920/060918220417 (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.