Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2006 FBO #1766
MODIFICATION

S -- Satellite TV

Notice Date
9/25/2006
 
Notice Type
Modification
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-06-T-6137__________________SMITH_____________________
 
Response Due
9/25/2006
 
Archive Date
10/10/2006
 
Point of Contact
Garrett Smith, Contract Specialist, Phone 719-556-4285, Fax 719-556-4538,
 
E-Mail Address
garrett.smith@peterson.af.mil
 
Small Business Set-Aside
Total Small Business
 
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; quotes are being requested and a written solicitation will not be issued. This solicitation, F3LNBC6250A1, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-02. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 517410 and the small business size standard is 13.5 million dollars. The following commercial items are requested in this solicitation; please see below pages 2-5 for statement of work OR EQUAL. Period of performance is 30 Sept. 2006-29 September 2007. Destination for installation: 570 SUFFOLK ST BLDG 920 PETERSON AFB CO 80914-1680. The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-2 (a)(i)(ii)Quotes will be evaluated and awarded to the offeror with the lowest price that meets the customer?s needs. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at 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. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov, and the Wide Area Workflow Website at https://wawf.eb.mil/.All quotes must be sent to A1C Garrett Smith at :; e-mail garrett.smith@peterson.af.mil; Fax 719-556-4285 or mail directly to 21 CONS Peterson AFB CO 80915 . Quotes are required to be received no later than 2:00 PM MST, Monday, 25 Sept.2006. STATEMENT OF WORK FOR SATELLITE VIDEO SYSTEM FOR BUILDING 920, HEADQUARTERS NORTH AMERICAN AEROSPACE DEFENSE COMMAND AND UNITED STATES NORTHERN COMMAND September 22, 2006 The equipment/materials and labor included in this installation are as follows: Statement of work (SOW) does not include any fiber or conduit work. Name: Amount Quantity Total 24 inches Dishes ______ 3 ______ Dish Heater ______ 3 ______ LNB?s ______ 3 ______ 1 Meter Dish/2 receivers ______ 1 ______ FTA Receiver ______ 1 ______ Rack Trays ______ 3 ______ Multi-Switch ______ 1 ______ FTA LNB?s ______ 1 ______ MICM-45 ______ 36 ______ MIPS-12 ______ 3 ______ Combiner ______ 3 ______ Amplifier ______ 1 ______ Sat. Racks ______ 6 ______ DISH 311 ______ 31 ______ DP 3-4 Switch ______ 8 ______ Cable, RG-6 ______ 3 ______ Connectors, RCA ______ 156 ______ Pre-Amp ______ 3 ______ Fiber Transmitter ______ 6 ______ Fiber Receivers ______ 6 ______ Chassis ______ 2 ______ Power Supply ______ 2 ______ System Design ______ 1 ______ Labor, Satellite ______ 1 ______ RG-6 Plenum ______ 1 ______ Connectors, wall plates ______ 1 ______ Taps 8-way ______ 1 ______ BIDA 550-50 ______ 1 ______ Labor, Cable Install ______ 1 ______ Shipping ______ 1 ______ Programming (1 year) ______ 1 ______ Fiber TX (Building 2) ______ 1 ______ Fiber Rec. (Building 2) ______ 1 ______ TOTAL ______ DESCRIPTION OF SERVICES. SCOPE OF WORK: The vendor will provide all management, labor, supervision, training, equipment, freight, services and supplies necessary to perform the installation of 36 channel DISH Network satellite headend and cable distribution plant capable of 550 MHz bandwidth in Building 920, Peterson Air Force Base, CO. All equipment provided and installed will be covered by a one (1) year parts and labor warranty from the time installation is completely operational and turned over to government. SPECIFIC SERVICES: Vendor is responsible for scheduling installation of equipment on a timely basis. The work schedule shall be made available to the Quality Assurance Evaluator (QAE) for inspection upon request. The QAE is responsible for evaluating and documenting the contractor?s performance in accordance with the Quality Assurance Surveillance Plan. QAE is to notify the Contracting Officer of any significant performance deficiencies; and maintain surveillance documentation. All equipment must be installed within 30 days of completion of the contract with vendor. Vendor must provide a project manager. Vendor must notify customer who the project manager will be no more than 5 days after contract is awarded. Vendor must deliver and install, based on customer time table and must be flexible and adaptable to government needs. Vendor must remove all trash. Vendor must clean all new equipment items as necessary. Install sites will be vacuumed before vendor daily departure. Vendor must have skills to provide proper grounding technique with incoming satellite signals. Vendor shall design a cable distribution system for at least 80 drops and provide ?D? scale drawings of the distribution system made with a CAD type program and soft copy. All cables shall be marked on the drawing and on the cable with a cable labeling system. Vendor shall provide printed documentation showing that the signal strength at each drop installed is between 0 and +15 dbmv as required by the FCC part 76.605 for channels 2 and 78. This printed documentation shall come from a meter or spectrum analyzer being able to store information and printed using a standard printer. Excel spreadsheets or hand written signal levels do not qualify. Vendor shall provide RG-6 plenum rated cable with regards to the distribution system. All Headend, distribution and taps used in this installation shall be Blonder Tongue. All fiber equipment shall be FORCE Optical. VENDOR QUALIFICATIONS: The contractor must have at least five years verifiable experience in the installation and operation of satellite video systems and the design and installation of cable television distribution systems. The contractor shall provide the end user and the contracting officer with certificates of training or references which verify training and experience with the listed systems hardware if requested. SECURITY REQUIREMENTS. Contractor must be escorted by an authorized individual while in facility controlled areas. Vendor must provide, on company letterhead, a listing of individuals working this project to include full names, date of birth, place of birth, SSAN, and any clearance levels. Vendor must provide projected dates of work to HQ NORAD-USNORTHCOM/J22 SCIF Control Officer one week prior to the start date of this project for access to facility. Contractor shall obtain all necessary passes for admittance to Peterson AFB from the contracting office. GOVERNMENT FURNISHED EQUIPMENT AND SERVICES. HQ NORAD-USNORTHCOM/J22 will provide an escort to vendor authorized individuals working on this project within the projected dates scheduled to allow for the timely completion of project. HQ NORAD-USNORTHCOM/J22 will provide two (2) full height 19 inch equipment racks to maintain the vendor installed equipment on the 920 computer floor. HQ NORAD-USNORTHCOM/J22 will provide one (1) half height 19 inch equipment rack to maintain the vendor installed equipment in the 920 mechanical room. HQ NORAD-USNORTHCOM/J22 will provide all fiber cables from the mechanical room to the equipment racks listed. HQ NORAD-USNORTHCOM/J22 will provide any and all conduit necessary to bring RG-6 satellite signals from the court yard to the mechanical room. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-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/21CONSb984/FA2517-06-T-6137__________________SMITH_____________________/listing.html)
 
Place of Performance
Address: Peterson AFB
Zip Code: 80914
Country: UNITED STATES
 
Record
SN01154488-F 20060927/060925223327 (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.