Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2007 FBO #2100
SOLICITATION NOTICE

59 -- LMR Radio Antenna Tower

Notice Date
8/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 1210 Forty Niner Road Bldg 811, Holloman AFB, NM, 88330-7908, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2E3CS7221A001
 
Response Due
8/31/2007
 
Archive Date
9/15/2007
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is F2E3CS7221A001 and this is a Request For Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation and opens on 25 August 2007 and will close on 31 August 2007 at Close of Business, 1630 MST. The anticipated award will be a Firm Fixed Price award that is based on the Best Value to the Government. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-18. This acquisition is to be 100% set aside and awarded to Small Business. The North American Industry Classification System (NAICS) code is 237130. The SB size standard for this code is 500 employees. PROJECT DESCRIPTION: CLIN 0001? Provide and install one 100 foot Radio Tower designated for 100 mph basic wind speed and 0.5 inches of radial ice as per EIA-222-F. Antenna loading as follows: 3 LMR antennas at 75 foot on 3 foot side arms and one LMR Antenna at 100 foot. Material list: One (1) 100 foot SSV complete; Appropriate sections and hardware; Step bolts for climbing; safety device with harness; quantity three, 3 foot side arms; 10 foot Wireguide Bridge; one (1) 5 foot Lightening Rod; FAA Obstruction Light; Freight to Site. CLIN 0002 ? Construction scope of work includes the installation of : Foundation ? Concrete pad must be created for support of mast 3800psi min (typical bearing capacity 1500 LB Per Sq Ft). Statement Of Work is attached at the bottom of this combined synopsis/solicitation. All items shall be delivered FOB Destination to Holloman AFB, NM 88330. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offerer; Terms of the expressed warranty; Price, Any discount terms and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Offerors Representations and Certifications?Commercial Items (MAR 2005); FAR 52.212-4 Contract terms and conditions?Commercial Items (SEP 2005); FAR 52.212-4 Addendum; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2007) (DEVIATION)(a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if the contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.(2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.(b) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause--(i) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(ii) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).(iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212).(iv) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793).(v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201)(vi) 52.222-41, Service Contract Act of 1965, as Amended (JUL 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.).(vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.(c) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. FAR 52.252-1 Solicitation Provisions incorporated by reference (FEB 1998); FAR 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A (NOV 2003); HAFB 006 ?NCIC Requirements (21 Aug 07)CONTRACTOR EMPLOYEES DELIVERING TO HOLLOMAN AIR FORCE BASE- Subject to military security requirements and regulations, the Contractor may be re-routed to differing entry points at Holloman AFB. During these periods where the Contractor may be re-routed to other entry points, the contractor will not hold the Government liable for any claims under the disputes clause of this contract/solicitation. AFBI 31-102, PHYSICAL SECURITY: July 07-All contractors will be required to screen and monitor each employee and potential employee to identify those who may pose a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population. Examples of conditions that may identify employees or potential employees as a threat to the installation include, but are not limited to, substantial misconduct, convictions or arrests for violent behavior, dishonesty or sexually aberrant behavior. Each contractor shall notify the contracting officer of any reason or condition that identifies an employee or potential employee as a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population. No contractor shall employ any employee or potential employee identified by the contractor or the contracting officer as a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population in the performance of any contract awarded by Holloman Air Force Base. Important Notice Concerning Contractor Access to Holloman AFB, NM Visit Access Request (VAR), Holloman AFB, NM For contracts awarded/administered by the 49th Contracting Squadron. Request that a visitor pass be issued to all contractor employees to gain access to Holloman AFB, NM. All employees will be briefed on and shall comply with Holloman AFB security requirements. All employees will signed the government provided consent form authorizing the U.S. Government (United States Air Force) to conduct a background check to confirm their eligibility or ineligibility to gain access to Holloman AFB, New Mexico. The VAR will consist of employees FULL Name, Date of Birth, Social Security Number, Place of Birth and Citizenship. The format for a Visit Access Request Form will be provided upon request. Delivery drivers will provide a bill of lading at the time of pass issuance; passes will not exceed 6 hours. Routine deliveries require the contractor add the driver(s) to a VAR to undergo the appropriate background check. Contractor employees shall report to the 49 SFS Pass and Registration Office (bldg 1) with photo identification issued by a federal/state activity. Contractor employees requesting to operate a contractor or privately owned vehicle on the installation shall provide a valid driver?s license, current vehicle registration, and proof of current vehicle insurance or car rental agreement. Contractor personnel requesting to operate a motorcycle on Holloman AFB shall provide proof they have completed a motorcycle safety course (i.e. motorcycle safety course certificate/card) prior to being authorized to ride on the installation.End of Statement; HAFB 009 ? Wide Area Work Flow Statement (FEB 2005); HAFB 012 - HAFB CELL PHONE POLICY (31 Aug 2006) MANDATORY: Contractor personnel shall adhere to the base cell phone policy. Vehicles operated on a Department of Defense (DoD) installation, such as Holloman AFB, NM, will not use cell phones unless the vehicle is safely parked or unless they are using a hands-free device. The wearing of any other portable headphones, earphones, or other listening devices (except for hands-free cellular phones) while operating a motor vehicle is prohibited. Penalty: $25 fine (+$25 fee).END OF STATEMENT 52.204-7, Central Contractor Registration (Jul 2006); 52.219-6, Notice or Total Small Business Set-Aside (JUNE 2003)(15 U.S.C. 644), 52.222-19, Child Labor?Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), 522.225-13, Restrictions on Certain Foreign Purchases (FEB 2006)(E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury), 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):http://farsite.hill.af.mil (End of clause); FAR 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR2007) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5 (MAR 2007) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003 Electronic Submission of Payment Requests (JAN 2004) (10 U.S.C.). 5352.201-9101 Ombudsmen. OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to consider 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. The ombudsman may not serve as an advocate for any party. b) Before consulting with an ombudsman, concerned 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. Raymond Carpenter 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone: (757) 764-5371 fax: (757) 764-4400 email: raymond.carpenter@langley.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.(End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.(b) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.(End of clause); 52.233-3 PROTEST AFTER AWARD (AUG. 1996) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004). 52.247-34 F.O.B. DESTINATION (NOV 1991). 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS. (JUN 2005). Addendum to FAR 52.212-4 Contract Terms and Conditions- OCT 2003 Commercial Items. Facsimile and email offers will be accepted. The point of contact for this solicitation is Contract Administrator: Kristine Arens, Contracting Specialist; 505-572-3577, FAX: 505-572-3869, e-mail kristine.arens@us.af.mil. Contracting Officer is Jonathan Heitkam, jonathan.heitkam@holloman.af.mil. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. Selection will be made considering lowest price technically acceptable. STATEMENT OF WORK FOR - BLDG 1099 100 FOOT LMR ANTENNA TOWER 1. SCOPE OF WORK. This Statement of Work (SOW) establishes the contractor?s responsibility for performance of the tasks related to the design, documentation, delivery and erection of 100 foot LMR Antenna Tower located at building 1099, Holloman AFB. It describes the work efforts and services required to fulfill the contract. Tower must be capable of withstanding 80 MPH basic wind-speed (minimum) with 4 each 455DT3 antennas fed by LDF5-5A 7/8 coax (1 antenna at 100 feet and 3 antennas at 75 feet on 3 foot standoffs). 2. BACKGROUND. WSMR, Holloman AFB, and NASA (Johnson Space Center) are located in Southern New Mexico and Ft. Bliss is located in Western Texas. Ft. Bliss, NASA, and Holloman AFB share borders WSMR. All share a common goal to acquire greatly improved LMR communications. 3. OBJECTIVE. To provide significant improvement to local area LMR communications to Holloman AFB thus increasing LMR capabilities to Fort Bliss, WSMR, NASA (Johnson Space Center), and surrounding areas. 4. REQUIREMENTS. 4.1 Site Preparation Documents If site preparation is required, the new tower shall comply with the following documents:* ANSI/EIA/TIA-222-F, Structural Standards for Steel Antenna Towers & Antenna Supporting Structures, June 1996 * NFPA 780, Standard for Installation of Lightning Protection Devices, 5 Aug 2004 * NFPA 70, National Electrical Code (NEC) 2005* FAA Advisory Circular 70/7460-1K, Obstruction Marking and Lighting, 1 Aug 2000 * FAA Advisory Circular 150/5345-43F, Specification for Obstruction Lighting Equipment, 12 Sept 2006 4.2. Antenna Tower Features. Provide 100 foot Self Supporting tower ready for radio operation. * 100 Foot in height at top of tower, self supporting * Obstruction lighting on top of tower with power cabling * Adequate antenna side-arm brackets (3) to mount antennas. The brackets must provide a minimum extension of three feet to offset radiation shadowing caused by the tower. * 3 Antenna at 75 Feet * 1 Antenna at 100 Feet (not extended) * An ice/cable bridge shall be proved between tower and the equipment building. The ice/cable bridge shall be tied to the site ground. * Tower pads must meet DOD, Air Force manufacturer?s requirements on concrete strength. * Proper lighting protection for tower. 4.3 Holloman Supplied items * Antennas will be reused from current tower located at Alamo Peak. Antennas will be supplied prior to completion of tower work. * LDF5-50A-7/8 low loss cable running from each antenna to lighting arrestor located inside building 1099 5. PUBLICATIONS. Contractor shall have available and provide the following information upon request: 5.1. PE drawings of installed tower; for sample plans please email kristine.arens@us.af.mil (Primary Contract Specialist) or jonathan.heitkam@holloman.af.mil (Contracting Officer).
 
Place of Performance
Address: Department of the Air Force, Air Combat Command, 1210 Forty Niner Road, Bldg 811, Holloman AFB, NM,
Zip Code: 88330-7908
Country: UNITED STATES
 
Record
SN01385379-W 20070827/070825220336 (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.