Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2009 FBO #2707
SOLICITATION NOTICE

54 -- 150 ft Self Supporting Tower

Notice Date
4/23/2009
 
Notice Type
Modification/Amendment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3GHEB9036AC01
 
Archive Date
5/9/2009
 
Point of Contact
Mona El Oueslati, Phone: 702-652-3364
 
E-Mail Address
mona.eloueslati@nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 3: The purpose of this amendment is to answer the following questions: What are the model numbers of the omni-directional antennas? TX RX brand, and the model # is CC380-06 What material should the tower be made of? What color does the tower need to be painted? The tower shall be made of galvanized steel. The tower does not need to be painted. Does the dish have a radome? No What are the line sizes for the omni antennas and the dish? 7/8 Is the light system to be a beacon or just a double obstruction light? Double obstruction. No beacon Does the safety climb system need a belt and harness? Yes I need to know whether you want REV F or Rev G for wind loading classifications on the tower? Wind loading requirements are determined by the tower manufacturer. Can the tower be made in five 30' sections? Yes. Will it be assembled on the ground and then erected? No Amendment 1&2: The solicitation response deadline has been extended to 24 Apr 2009, 12:00 pm PDT. This is a combined synopsis/solicitation for commercial items prepared 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 a written solicitation will not be issued. SOLICITATION #: F3GHEB9036AC01 This combined synopsis/solicitation is issued as a Request for Quotes NAICS: 237130 This combined synopsis/solicitation is being issued as 100% Small Business Set-Aside. SBA Size Standard: $33.5M Creech AFB, Las Vegas, NV requires a contract for: LMR (Land Mobile Radio) Tower Quantity: 1 Each Description: - 150 ft Standard Self-Supporting Tower - Structure shall meet ANSI/TIA guidelines for wind loading for the geographical location (location: Creech AFB, Indian Springs NV 89018) - The following shall be included in the structure: -- Safety climb system -- Automatic red warning light at the top (150' elevation) with the ability to automatically turn itself on at dusk and turn off at dawn - The structure shall have the following capabilities: -- Capability to install 3 each 6 ft omni/directional antennas at the top (150' elevation) -- Capability to install 3 each 6 ft omni/directional antennas at the 130' elevation. -- Capability to support a 3 ft dish at the 100' elevation. This requirement is for the delivery of parts only. Installation/construction of the tower is NOT included in this solicitation. Delivery: FOB Destination (Creech AFB, Indian Springs NV 89018) Refer all questions to 2d Lt Mona El Oueslati, email: mona.eloueslati@nellis.af.mil, phone: 702-652-3364. All questions must be submitted NLT 3:00 pm PDT 17 Apr 2009. Any questions asked after the specified date and time shall not be answered. This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 13.5 Simplified Acquisition Procedures. The following provisions and clauses (current through FAC 2005-32 effective 31 Mar 2009) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.222-3 - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-25 - Affirmative Action, FAR 52.222-26 - Equal Opportunity, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-33 - Payment by EFT - CCR, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.247-34 - FOB Destination, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7000 - Offeror Representations and Certifications - Commercial Items, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.232-7003 - Electronic Submission of Payment Requests, DFARS 252.232-7010 - Levies on Contract Payments, DFARS 252.243-7001 - Pricing of Contract Modifications, AFFARS 5353.201-9101 - Ombudsman, AFFARS 5352.242-9000 - Contractor Access to Air Force Installations IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Point of Contact, Phone, Fax, and Email. All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to mona.eloueslati@nellis.af.mil no later than 23 Apr 2009, 12:00 pm PDT. The anticipated award date will be by 24 Apr 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dec2b934e1b00a5d8b5dc1806ea1af93&tab=core&_cview=1)
 
Place of Performance
Address: Creech AFB, Indian Springs, Nevada, 89018, United States
Zip Code: 89018
 
Record
SN01800772-W 20090425/090423220951-dec2b934e1b00a5d8b5dc1806ea1af93 (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.