Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2009 FBO #2732
SOLICITATION NOTICE

58 -- 58-Repair Maintenance and Service of currently installed communications equipment at Elizabeth City's Coast Guard Complex

Notice Date
5/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Support Center (SUPCEN), Commanding Officer, Elizabeth City, North Carolina, 27909
 
ZIP Code
27909
 
Solicitation Number
HSCG8109Q3SX126
 
Point of Contact
Rosie M Ross, Phone: 2523356434, GAYLA FLUCAS, Phone: 252-335-6404
 
E-Mail Address
Rosie.M.Ross@USCG.MIL, GAYLA.M.FLUCAS@USCG.MIL
(Rosie.M.Ross@USCG.MIL, GAYLA.M.FLUCAS@USCG.MIL)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance FAR Part 12; Acquisition of Commercial Items shall be used as supplemented with additional information included in this notice. The proposed acquisition is unrestricted. The United States Coast Guard (USCG) Support Center Elizabeth City intends to award Communication Gear Maintenance and repair/upgrade of equipment. This announcement constitutes the only solicitation. Quotations are being requested under number HSCG81-09-Q-3SX126. The NAICS code is 811213. The small business size standard is 500 employees. See below for the specific performance specifications. Delivery shall be FOB Destination to the U.S. Coast Guard Support Center Elizabeth City, 1664 Weeksville Road, Bldg 97, Elizabeth City, North Carolina. This resultant contract from this solicitation will be firm fixed price. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-08. The following clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items. The provision at 52.212-2 Evaluation Commercial Items; the evaluation criteria are as follows: (1) Price, (2) Qualified technician with accredited certification on all equipment & services to meet the requirements stated herein, (3) Warranty, (4) Estimated time required to complete work, (5)Past Performance, (6) Security Clearance, and (7) Maintenance Availability Evaluate. Evaluation factors (2) thru (7) combined are equal to (1). The contract award will be offered to the best value offer made to the Government, considering price, qualified technician, Warranty, Estimated time required to complete work, Past Performance, Security Clearance and Maintenance Availability Evaluate. In addition, all offerors must submit a completed form FAR clause 52.212-3, Offeror Representations and Certifications Commercial Items. This clause may be downloaded, free of charge, at http://www/arnet.gov/far. Offerors who fail to submit a completed FAR 52.212-3 may be considered nonresponsive and will not be considered in the evaluation. All Offerors must be registered with the Central Contractors Registration (CCR) per FAR-7. Offerors who are not registered with CCR may be considered nonresponsive and will not be considered in the evaluation. The contractor will be required to provide along with price, a delivery schedule, sufficient technical literature, past performances information, completed FAR 52.212-3, and Offeror name, address, point of contact name, phone number, email address, fax number, tax identification number and DUNS number. Relevant Past performance information should be three references within the last five (05) years. Provide Company's name, point of contact, telephone number, fax number and email address. This information must be current. FAR 52.212.-4 Contract Terms and Conditions Commercial Items and 52.212-5 Contract Term and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In paragraph (B) of 52.212-5, the following apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.223-6 and 52.247-34. Additional FAR Clauses applicable to this requirement: 52.203-6 (Alt 1), 52.222-19, 52.229-3, 52.232-8, 52.246-2, 52.246-4 and 52.246-16. All clauses and provisions referenced in this announcement may be accessed at the following website: http://www.arnet.gov/far. No Numbered Notes are included in the solicitation. The date and time set for receipt of offer are Monday, June 08, 2009, 2:00PM, local time. Offer shall be submitted to: U.S. Coast Guard Support Center Elizabeth City, SKC Rosie Ross, Contracting Officer, 1664 Weeksville Road, Building 35, Elizabeth City, NC 27909-5006. All questions regarding this solicitation shall be submitted in writing to the Contracting Officer state above at fax (252) 335-6540 or Email: Rosie.M.Ross@uscg.mil. All interested parties are encouraged to download the solicitation. All responsible sources may submit a quote which shall be considered by the agency. Installation of Communication Gear Maintenance and Repair 1. SCOPE: This performance specification is to provide all supervision, labor, equipment and materials to perform the following work associated with the repair maintenance and service of currently installed communications equipment. This shall include: i)Provide and Install of 10 Mobile Radio Units (Motorola CDM 1250 or equivalent) using existing antennae and cable connections. ii)Bench test 1 Motorola Quantar repeater. iii)Reprogram 125 MX3000r Motorola handhelds, 17 CDM1250 Mobile & Base Station Units, and 3 Motorola Quantar Repeaters. iv)Perform annual maintenance on installed Police, Fire, & FED Repeaters including testing of the installed battery backup. 2. GOVERNMENT FACILITIES AND UTILITIES: Potable water and electricity are available on site. The contractor will be permitted to utilize these utilities in performing the work, provided that the existing systems are not overloaded. Telephone services and toilet facilities will not be available for use by the Contractor. 3. MATERIALS AND LOCATIONS: Materials delivered to the work site shall be stored near the construction site in locations pre-approved by the COTR. The Contractor shall be responsible for the protection and security of their materials and equipment. The Contractor shall be responsible for the lawful handling and disposal of all construction waste, rubbish, and debris generated under this contract and shall do so in accordance with all Federal, State, and Local laws, regulations and specifications. Special precautions shall be taken to ensure construction materials, waste, and debris does not enter the airfield, runways, and taxiways. The work site shall be cleaned up at the completion of each day. 4. SCHEDULE OF WORK: Completion of work should be accomplished within 30 calendar days from receipt of notice to proceed. The daily Base work schedule is Monday through Friday, 8:00am to 4:30pm. The Contractor shall perform installation such that it causes minimal disruption to normal ongoing work. The Contractor shall work during these hours unless previously approved by the COTR. 5. USE OF GOVERNMENT FACILITES: The Government will not be responsible in any way for damage occasioned by fire, theft, and accident or otherwise, to the contractor’s stored supplies, materials or equipment; the supplies, materials or equipment or personal belongings brought in to the building. Vehicles of the contractor shall be registered at the Security Officer of the U. S. Coast Guard Support Center Elizabeth City. The Contractor shall be responsible for instructing his employees in OSHA safety measures and existing base safety regulations. 6. EXISTING CONDITIONS: The Contractor is expected to satisfy themselves as to the existing conditions and the work to be performed. A site visit is encouraged and can be arranged with David Aydlett (COTR) at 252-335-6870. The Contractor shall verify all dimensions and bring any known discrepancies to the attention of the Contracting Officers Technical Representative (COTR). 7. LIABILITY OF CONTRACTOR: Any damage to government property caused by the Contractor shall be reported, repaired and/or replaced by the Contractor at no cost to the government. The Contractor shall not disconnect any service without approval from the COTR. 8. INSPECTION AND ACCEPTANCE: The COTR will accomplish project inspection and acceptance of work. 9. SERVICE: Service Contract Act Wage Rates are applicable to this project. 10. SAFETY: The Contractor is responsible for work site safety. The Contractor shall observe all Federal, State, and Local safety laws, rules and regulations. 11. SITE RESTORATION & CLEAN UP: The Contractor shall clean up the job site, upon project completion, returning it to a state equal to or exceeding that in which it was found. 12. SUBMITTALS: The following list of submittals required for approval defines the specific minimum requirements for this contract. A “Catalog Cut Sheet” shall be submitted for each of these items, which will include the manufacturer’s description, specifications, and sketches of the material being used. The catalog cut shall contain sufficient information that can be used to determine compliance of the material with these specifications and referenced specifications. i. Mobile Radio Units 13.TECHNICAL REQUIREMENTS: a.Provide Install and program 10 Mobile Radio Units. i.Sweep all antennas post-repair to verify VSWR performance, and/or measure VSWR and forward and reflected power between the radio and antenna cable. Record these values and provide a copy to the USCG for future reference. ii.Mobile units shall be installed in existing locations using previously installed cabling and antennae. iii.All connections and mounts shall be made using acceptable industry standards. iv.Emergency vehicle installation power supply configuration shall include radio power up with vehicle ignition. b.Bench Test Motorola Quantar Repeater unit to verify functionality and establish that unit is ready for operations. i.Repeater unit is not currently installed to verify operation the unit shall be powered up and connected to an temporary antennae to verify Tx and Rx Functionality. ii.Program the repeater to operate on channel 3(FE) in accordance with the supplied frequency plan. iii.A skilled radio technician experienced with Motorola repeater hardware (and possessing the proper Motorola radio service software for the installed Motorola Quantar Repeater) shall perform preventative maintenance on the repeater and check all items required in the Quantar service manual. Specifically this work should at a minimum include the following: iv.Perform the 12 dB SINAD sensitivity test in the manual and tune the preselector if necessary to meet the specified 0.25 uV sensitivity. v.Monitor the repeater for any on-channel noise over a 10-minute time period with the receiver unsquelched and the repeater disabled. vi.Using the RSS service software adjusts the station squelch to just above the noise level and test the sensitivity. This value should be less than the -105.7 dBm value found during testing. vii.Calibrate the station reference oscillator. viii.Be prepared to adjust the squelch higher in the event of excessive false keying of the repeater because of noise. c.Reprogramming of handheld, mobile, base stations and repeaters. i.Reprogram all Support Center Radio units with the frequency plan provided by the COTR. Frequency plan includes VHF Range 150.000 to 173.000 Mhz and a CTCSS toning range of 100 to 120 MHz: ii.The Reprogramming effort shall take place in the following groupings. 1.Repeaters 2.Fire Handheld and Mobile Units 3.Security Handheld and Mobile Units 4.Medical Handheld and Mobile Units 5.Admin Handheld Radio Units 6.Spare Handheld Radio Units i.Full functionality testing on no less than 30% of each grouping’s radio inventory shall be completed after implementation of the provided code plug. ii.The contractor is required to trouble-shoot and correct any issues that arise during reprogramming to ensure full system functionality and interoperability between reprogrammed and mutual assistance systems. d.Police and Fire Repeater Maintenance and Service i.A skilled radio technician experienced with Motorola repeater hardware (and possessing the proper Motorola radio service software for the installed Motorola Quantar Repeater) shall perform preventative maintenance on the currently installed repeater stations and check all items required in the Quantar service manual. Specifically this work should at a minimum include the following: ii.Perform the 12 dB SINAD sensitivity test in the manual and tune the preselector if necessary to meet the specified 0.25 uV sensitivity. iii.Monitor the repeater for any on-channel noise over a 10-minute time period with the receiver unsquelched and the repeater disabled. iv.Using the RSS service software adjusts the station squelch to just above the noise level and test the sensitivity. This value should be less than the -105.7 dBm value found during testing. v.Calibrate the station reference oscillator. vi.Be prepared to adjust the squelch higher in the event of excessive false keying of the repeater because of noise. vii.Using a service monitor with PL tone counting capability, monitor the repeater input and output frequencies for a 24-hour period at the base to determine PL tone activity. viii.Conduct a functionality check and verify battery serviceability on both installed battery back up system. Contractor shall proposed corrective actions for all discrepancies found to the COTR. ix.Sweep the antenna post-repair to verify VSWR performance, and measure VSWR and forward and reflected power and receiver 12 dB SINAD and squelch sensitivity. Record these values and provide a copy to the COTR for future reference. Place a maintenance card in a pocket inside the front panel of the unit with these values recorded for future reference. 14.EXECUTION: Installation, workmanship, fabrication, assembly, erection, examination, inspection and testing shall be in accordance with appropriate sections of 29 CFR 1910, 1926. As a minimum, installation shall be in accordance with NFPA 70, and all applicable State and Local codes. The installation of equipment shall conform to the instructions issued by the manufacturer. All conductors shall be run in conduit (3/4” minimum). Exposed exterior conduit shall be rigid steel. Interior conduit 2 inches or smaller shall be EMT and larger than 2 inches shall be rigid steel. Provide conductor identification within each enclosure where a tap, splice, or termination is made including control circuit terminations. 15.MANUFACTURE WARRANTY: The Government desires the supplies and equipment, including attachments shall be warranted for a minimum of one year parts and labor. Any structural assemble and components shall be warranted for a minimum of five years parts and labor. Note: If this is not the standard industry warranty offered by the manufacturer please provide the warranty information offered for supplies and equipment needed for this project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/22/HSCG8109Q3SX126/listing.html)
 
Place of Performance
Address: Commanding Officer USCG Support Center, 1664 Weeksville Rd., Elizabeth City, NC 27909-5006, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN01821185-W 20090520/090518235040-2b43182005b3dd16872cbe0e9bd47225 (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.