Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2007 FBO #2085
SOLICITATION NOTICE

54 -- 80 foot Towers with Platforms

Notice Date
8/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, ND, 58205, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2A3C57207AC01
 
Response Due
8/14/2007
 
Archive Date
8/29/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested and a written solicitation will not be issued. The 319th Contracting Squadron at Grand Forks AFB, ND intends to a firm fixed price purchase order for three Valmont GP1 Series 80 foot tower with platform, OR EQUAL. This solicitation is a 100% Small Business set-aside in accordance with FAR Part 19. The towers must conform to the Buy American Act. Minimum requirements are as follows: Line Item 0001: Material only for Three each Valmont GP80 series (OR EQUAL) 80 foot towers with all parts necessary for erecting. Accessories including three 8? X 16? platforms with grating, handrails, climbing ladder, grounding equipment, foundation drawings, and installation drawings. Towers must meet the minimum specifications listed below to be considered for award.</br> Line Item 0002: Delivery/Shipping for all 3 Towers to Grand Forks AFB, ND 58205. Line Item 0003: Professional engineering certificate for all 3 towers.</br> Required Tower specifications: Three 80ft. towers that conform to the following specifications. Towers must be self-supporting and provided with a top platform with 128 sq. ft. of working area and an access hatch to permit maintenance accessibility to antenna systems. Towers must include an inside climbing ladder with safety rail. Towers must be adequate to withstand 100mph winds. Towers must allow for a minimum separation of 8ft in each direction of four muldipol antennas (Taco D2118), on tower platform handrails, and permit mounting of associated lightning protection systems. Additionally, it is required that the towers be of a type that is supported with detailed Technical Manual criteria for tower erection, maintenance, and parts listing to facilitate initial installation and follow-on maintenance. All necessary parts and attaching hardware must be furnished. No special tools shall be required. Standard wrenches, preferably a ratchet type box wrench and a corresponding open end wrench, will be adequate. All towers must be galvanized and packaged in sets. No special storage provisions must be necessary provided the packages are stored where precipitation cannot collect. Each part shall be steel stamped with its part number for easy identification. All necessary attaching hardware shall be bagged by size and type and should not be intermingled. Coax and conduit shall be easily attached to the tower leg or climbing ladder. A wide variety of clamping combinations must be made possible by using these components. Electrical conduit for tower lighting must be able to be run with the coax using these same clamps. Universal clamps shall be galvanized. Coax clamps shall be stainless steel and spacers are a polyester material that is unaffected by sunlight, ozone or extremes of temperature. The spacer grips firmly and prevents bending or damage to the coax.</br> Supporting Specifications: The following specifications must be conformed to in order to support the request. Federal FF-B-S7S Bolts, Hexagon and Square; RR-G-661 Grating, Metal FF-N-836 Nut, Square Hexagon, Cap, Slotted, Castle, Knurled, Welding and Single Ball Seat</br> Military MIL-T-83958A Towers Self Supporting; MIL-P-116 Preservation, Methods of MIL-R-11461 Rod, Ground (with attachments) MIL-W-27076 Workmanship Standards for Ground Electronic and Associated Equipment; MIL-STD-129 Marking for Shipment and Storage MIL-STD-130 Identification Marking of US Military Property MIL-STD-163 Steel Mill Products, Preparation for Shipment and Storage MIL-STD-794 Parts and Equipment, Procedures for Packaging and Packing of MIL-STD-882 System Safety Program for Systems and Associated Subsystems and Equipment; MIL-STD-889 Dissimilar Metals United States Air Force E7032680; LDBWS00534AD000 Sheets 1 and 2; LDBWS00535AD000</br> Federal Aviation Agency 5439-7, 5439-14, 5439-8, 5439-15, 5439-9, 5439-16, 5439-10, 5439-17, 5439-11, and 5439-18 The Purchase Request number is F2A3C57207AC01 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-18. The North American Industry Classification System (NAICS) code is 332312, size standard 500 employees. Offeror's must show: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Price and discount terms (quote FOB Destination); (5) Remit to address, if different than the mailing address; (6) Warranty information; (7) Estimated delivery date; (8) Acknowledgement of solicitation amendments, if any, for acceptance of offers. THE OFFEROR MUST AGREE TO HOLD THE PRICES SUBMITTED FOR THE SOLICITATION FOR AT LEAST 30 DAYS. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. One award will be made based on which offer is fully in compliance with the specifications, and provides the best value to the government in terms of Price and Delivery. Delivery is to be made FOB destination to Grand Forks AFB, North Dakota. Offerors must provide warranty information and delivery times specific to all equipment.</br> The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text: FAR 52.211-6, Brand Name or Equal; FAR 52.219-6, Notice of Total Small Business Set-aside; FAR 52.212-5, Buy American Act; FAR 52.202-1 Definitions; FAR 52.211-5, Material Requirements; FAR 52.216-24, Limitation of Government Liability; FAR 52.204-1, Qualification Requirements; FAR 52.215-9, Changes or Additions to Make-or-Buy Program; FAR 52.215-10, Price Reduction for Defective Cost or Pricing Data; FAR52.217-2, Equal Opportunity; FAR 52.223-6, Drug-Free Work Place; FAR 52.217-6, Privacy act; FAR 52.232-8, Discounts for Prompt Payment; FAR 52.233-1 Disputes; FAR 52.246-2, Inspection of Supplies-Fixed Price; FAR 52.247-34, F.O.B. Destination; FAR 52.249-14, Excusable Delays; FAR 52.253-1, Computer Generated Forms; FAR 52.216-25, Contract Definitization; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-1, Payments; FAR 52.233-3, Protest After Award; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.233-3, Protest After Award; FAR 52.252-6, Authorized Deviations in Clauses (By Full Text); FAR 52.212-1, Instructions to Offerors, Commercial Items. Offerors must be able to provide a copy of their annual representations and certificates electronically on the ORCA website at http://orca.bpn.gov. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items. FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34, F.O.B. Destination. In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area Workflow (WAWF) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. , DFARS 252.212-7001, Contract Terms and Conditions (Deviation); DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.225-7001 Buy American Act and Balance of Payments Program. AFFARS 5352.201-9101 OMBUDSMAN (AUG 05) - a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 6225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Offers must be sent in writing, by fax, or via e-mail to the Purchasing Agent, SSgt Benjamin Bullock, no later than 4:00 P.M. (CST) on Tuesday, 7 Aug 2007 to 319 CONS/LGCA - 575 Tuskegee Airmen Blvd, Grand Forks, ND. 58201 ATTN: SSgt Benjamin Bullock. For more information email benjamin.bullock@grandforks.af.mil or call at # 701-747-5344. Fax # 701-747-4215. The alternate POC for this requirement is Shane Lind, at #701-747-5281, or shane.lind@grandforks.af.mil.
 
Place of Performance
Address: 575 Tuskegee Airmen Blvd, Grand Forks AFB, ND
Zip Code: 58205
Country: UNITED STATES
 
Record
SN01369007-W 20070812/070810221614 (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.