Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SPECIAL NOTICE

X -- Space Leases for Radio Communication Equipment

Notice Date
4/7/2010
 
Notice Type
Special Notice
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SPN0022010
 
Archive Date
4/17/2010
 
Point of Contact
Vincent J Sanchez, Phone: 703-875-6629, Kara L. Moreau, Phone: 202-647-2106
 
E-Mail Address
SanchezVJ@state.gov, MoreauKL@state.gov
(SanchezVJ@state.gov, MoreauKL@state.gov)
 
Small Business Set-Aside
N/A
 
Description
In support of the Department of State's (DOS) Land Mobile Radio (LMR) voice network systems' infrastructure requirement, Government owned communication equipment is installed and housed in various locations throughout the Continental U.S. The locations include remote, mountainous, rural, and/or metropolitan sites. A yearly site lease is established and renewed annually thereafter as long as there is an existing need for LMR coverage to support DOS operations. The North American Industry Classification System (NAICS) Code is 531120 (Lessors of Non-residential Buildings) with a size standard of $7 million dollars. Any award resulting from this requirement will be issued pursuant to FAR Part 13, Simplified Acquisition Procedures. THIS NOTICE OF INTENT TO SOLE SOURCE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A SOLICITATION DOCUMENT WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. This is a notice of intent to continue the leasing of commercial communication sites for the U.S. Department of State (DOS) to the following firms under Commercial Simplified Acquisition Procedures for a base period of 12 months plus four option years: American Tower, L.P. Corporation, Spectrasite Bldg. Group, Spectrasite Comm, Inc., CB Richard Ellis Inc., Comcast of Massachusetts Inc, County of Kitsap, Crown Castle USA Inc., Global Signal Acq. II, Pinnacle Towers LLC, Empire Communications, HighPointe Group, Hilton Alexandria Mark Center, Hilton Philadelphia Airports, International Tower, NBC Subsidiary (KNBC-TV), Inc., Park National Bank, WGBH Educational, 200 S. Biscayne TIC II LLC, and 3G Solutions, Inc. The proposed contract actions are to renew lease space terms for which the Government has identified the above listed firms as the only one source responsible cited under the authority of FAR 6.302-1. The Bureau of Administration Office of Acquisition Management (A/LM/AQM) in the U.S. Department of State intends to award a sole source firm fixed price, contract with a 12-month base year and four (4) one year options to each of the firms listed above. The aforementioned vendors retain ownership/management of the locations property, and each of their respective sites has obtained appropriate National Telecommunications Information Agency (NTIA) radio frequency licenses for radio coverage performance. These sites were chosen based on radio infrastructure antenna propagation studies conducted to meet communication coverage needs for the DOS. Criteria that has been taken into consideration for the selection of these sites includes, but is not restricted, to the following: Provides the maximum transmit capability; Receives coverage range for clear as well as encrypted transmissions; Provides minimal interference on receiver frequency; Provides the most optimal level of coverage for DOS agents in the field; Equipment housing facility and height; Utility support; Security; RF noise level/interference; Site access; Telco Access; Cost. If you feel that your firm possesses the ability to provide potential space, interested parties may submit technical literature showing their capability of meeting the Governments requirement and may be considered for future procurement purposes. All participation in providing information is voluntary, no re-imbursement will be provided and there in no guarantee any award will follow for sites offered. E-mail your response demonstrating your firms experience and capabilities to Vincent J. Sanchez at Sanchezvj@state.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SPN0022010/listing.html)
 
Place of Performance
Address: Nationwide, Washington, District of Columbia, 20520, United States
Zip Code: 20520
 
Record
SN02114791-W 20100409/100407234743-199d0e5889a3692fc70741fb361af85c (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.