Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2007 FBO #2014
SOLICITATION NOTICE

34 -- AFN Antenna

Notice Date
5/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 18 CONS - Kadena, Unit 5199, Kadena AB, APO Japan, AP, 96368-5199, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA5270-07-T-0039
 
Response Due
6/8/2007
 
Archive Date
6/23/2007
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. Request for Proposal (RFP) FA5270-07-T-0039 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFP. Submit written offers only, oral offers will not be accepted. To be eligible to receive an award resulting from this solicitation, contractors must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may apply through the Internet at http://www.ccr.gov This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 and through Department of Defense Acquisition Regulation Change Notice 20070426. It is the contractor??s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm This procurement is being issued as FIRM FIXED PRICE, and UNRESTRICTED. North American Industrial Classification Standard: 332312 CLIN Description QTY Unit Price Extended Amount 0001 Antenna Mast 1 EA $ $ __________ Angle Trussed Guyed Mast Antenna Type - Base Insulated Guyed Mast Operating Frequency - 648KHZ Transmitting Power - 10,000 Watts Antenna Height - 100 M Directivity - Non Directional Maximum Wind Velocity - 62 M/S Guy Assembly - Equipped with Choke Coils on Top Two Guys MFR Name: Rohn Or Equal If item is ??Or equal??, Please provide the followings: Manufacture??s Name: Brand: Model or Part Number: 0002 Grounding 1 EA $ $ __________ Type - Radial Earth Arrangement - 2.9 mm Annealed copper Wire x 120 (@3deg) Radius - 100m Approx MFR Name: Rohn Or Equal If item is ??Or equal??, Please provide the followings: Manufacture??s Name: Brand: Model or Part Number: __________________________________ 0003 Feeder 1 EA $ $_________________ Type - 3 1/8 Coaxial Cable, Total Length - 400m Approx, Incidental Equipment ?C Dehydrator. MFR Name: Rohn Or Equal If item is ??Or equal??, Please provide the following: Manufacture??s Name: Brand: Model or Part Number: ___________________________ Door to Door shipping to: MSgt Frank Harvey AFN Okinawa Building 950 Camp Kinser, Okinawa, Japan FPO, AP 96373 This requirement is currently FUNDED. Please include delivery time with your proposal. Shipping will be FOB Destination door to door or Defense Distribution Depot. Please provide pricing for BOTH. FOB-Destination for delivery (door to door) to: MSgt Frank Harvey at AFN Okinawa Building 950, Camp Kinser, Okinawa, Japan FPO, AP 96373. FOB-Destination for delivery (Defense Distribution Depot) ?C SAN JOAQUIN WHSE. 30, CCP 25600 SOUTH CHRISMAN ROAD TRACY, CA. 95376. Inspection and acceptance: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). Shipping Cost are included in the price. The provision at FAR 52.212-1 Instructions to Offerors Commercial Items, applies to this acquisition. According to FAR 52.212-2, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, and Delivery Date Price and Delivery Date will be considered approximately equal when considering factors. The clause at FAR 52.212-3 Offeror Representations and Certifications Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item applies to this acquisition. In addition, the following provisions and clauses apply under 52.212-5: FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (or52.232 ?C34 --Other than CCR, for non-US vendors); AFFARS 5352.201-9101 Ombudsmen applies with the following information filled in: Lt Col Mario J. Troncoso, 18th Contracting Squadron, Kadena AB, Okinawa, Japan, phone: 011-81-611-734-7070, fax: 011-81-611-734-9093, and email: mario.troncoso@kadena.af.mil . Concerns, issues, disagreements, and recommendations that cannot be resolved at the Squadron Ombudsman level may be brought by the concerned party for further consideration to the MAJCOM Ombudsman, Katherine Stockton, HQ PACAF/A7KP, Hickam AFB, HI 96853-5427, phone number (808) 449-8570, fax: (808) 449-8571 The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items applies. In addition the following clauses apply under 252.212-7001: DFAR 252.232-7003 Electronic Submission of Payment Requests; DFAR 252.247-7023 Transportation of Supplies by Sea with alternate III There is no assigned DPAS rating. There are no numbered notes that apply to this requirement. Proposals are due no later than 8 June 2007 at 1600pm (Japan Standard Time). Proposals must be to TSgt Robyn Moore at robyn.moore@kadena.af.mil, or faxed to Commercial 011-81-611-734-1761. For additional information regarding this combined synopsis/solicitation, please contact TSgt Robyn Moore via email (robyn.moore@kadena.af.mil) or phone (011-81-611-734-4786) or Tamara Feist-Hatfield via email (tamara.feist-hatfield@kadena.af.mil) or phone (011-81-611-734-4782) Item specifications System Concept. The system is a non directional antenna consisting of one isolated antenna tower with a ground plane, RF (Radio Frequency) and one (1) antenna tuning unit at tower base. This antenna system is to ultimately be installed to allow transmission of 100% of the RF radiated power to be radiated in a 360 degree (non directional pattern). The system has one 300 foot tower which uses the top guy wires as part of the radiation system (1/4 wave for 648Khz) and antenna tuning unit at the tower base. All components of the system shall be capable of normal operation at 105 to 208 VAC 50/60 Hz. Performance Specifications. (a) This procurement is for antenna system only. Installation of antenna will NOT be included in this acquisition. (b) New antenna system will ultimately be installed at Camp Kinser site having the height of 300 feet and frequency specification is 648 KHz. (c) Antenna masts are to be designed for base insulated MW (Medium Wave) Antenna System. (d) Mast must be designed in accordance with relative industrial standards in Japan. (e) Wind Survival velocity of 62m/s and Seismic Intensity 7 on the Japanese Scale seismic must be carefully considered to prevent tower structural failure during typhoons, earthquakes, and heavy winds. Preferred Antenna Mast Type (a) Triangle Guyed Mast (ROHN 65G or equivalent) http://www.antennasystems.com/rohn/g_series_towers/65g_tower.html (b) Antenna Type: Base Insulated Guyed Mast (c) Operating Frequency: 648 KHz (d) Transmitting Power: 10kw+100% Modulation (e) Antenna Height: 100m??328feet??with additional top guy wires used to extend tower electrical length to 358ft. (Same As Existing Mast) (f) Maximum Wind Velocity: 62m/S (g) Maximum Seismic Load: Seismic Intensity 7 on the Japanese Scale (h) Antenna masts must have marker lights on top and at every 110 feet in accordance with applicable Japanese Aviation Law (??????) for such lighting, OM-3C/OM-3B as a low intensity obstruction light, OM-6 as a Medium-intensity aviation obstruction marker light is required for aircraft landing near the AM Tower (i) Ladder and Rail (Safety Climb) with safety latch to climb tower for maintenance purpose (j) Base insulator, Lightning gap adjustable and Austin (ring) transformer near the tower base Foundation Antenna Tower Painting. Do not use coating or pigments having a lead or chromate (strontium or zinc) content over 0.06% by weight of nonvolatile content. As certificates of compliance, Material Safety Data Sheet (MSDS) shall be submitted within 30 days after award of contract. (a) PRIMER: TT-P-641/JIS-K-5633 (2nd Class)/K-5625 (2nd Class) (b) PRIMER: Ready to mix, Zinc Dust/Zinc/Oxide (c) INTERNATIONAL ORANGE PAINT (d) INTERNATIONAL WHITE PAINT (e) FINISH COAT: High gloss alkyd enamel, weather resistant/JIS-K-5516 (2nd Class). Commercial Manuals. The Contractor shall provide service manuals for all equipment which includes equipment/component layout diagrams, schematics, installation procedures, maintenance and repair procedures, and complete detailed operation procedures. The Contractor shall warrant all the items under this contract for a minimum of 1 year from acceptance of the Government.
 
Place of Performance
Address: Okinawa Japan
Country: JAPAN
 
Record
SN01306503-W 20070602/070531221031 (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.