Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
SOLICITATION NOTICE

X -- Tower Site Lease - Justification

Notice Date
5/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
F3F3Q10090AL01-Tower
 
Archive Date
6/12/2010
 
Point of Contact
Matthew C. Beatty, Phone: 2088283120, Daniel T. Morphew, Phone: 2088283119
 
E-Mail Address
matthew.beatty@mountainhome.af.mil, daniel.morphew@mountainhome.af.mil
(matthew.beatty@mountainhome.af.mil, daniel.morphew@mountainhome.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Justification for other than full and open competition (i) This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. (ii) Request for Quote (RFQ) (F3F3Q10090AL01) is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41 and through Department of Defense Acquisition Regulation Change Notice 20100519. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 531120; Small Business Size Standard: $7.0 M (v) Tower lease site and floor space rental CLIN (0001) 12 month rental of floor space and antenna tower space for the P25 trunking system War Eagle mountain. CLIN (0002) 12 month rental of floor and antenna tower space for the P25 trunking system on Bennett mountain CLIN (0003) 12 month lease of P25 trunking system T-1 microwave extension at the War Eagle mountain tower site. CLIN (0004) 12 month lease of P25 trunking system T-1 microwave extension at the Bennett mountain tower site. (vi) The communications squadron on Mountain Home AFB has towers in place that cover an 80 mile span over our two ranges: War Eagle and Bennett mountains. These towers are at the elevations reaching over 1000 feet. The government requires tower space and some equipment to provide communication coverage for the air force base to both ranges. The following information is the exact requirements and dimensions of the space needed and any requirement needed to lease: Space on the tower for 2 each VHF Omni directional antennas with a minimum spacing of 30 feet between the base of the receive antenna to the tip of the transit antenna. Space within the equipment shelter for 2 each RF cabinets with the dimensions of 24"X24"X72" each with adequate room to open doors. Space within the equipment shelter for 1 each combining RF distribution equipment rack with dimensions of 24"X32"X72" with adequate room for service. Space within the within the equipment shelter for 2 each DC Power Plant equipment racks with dimensions of 33"X28"X80" with adequate space for service. 220 volt AC power with emergency back up, adequate climate control, adequate site grounding to R56 or equivalent standards and 24X7 accesses to site. If Telco circuits are unavailable then, space for an additional equipment rack 24"X24"X72." Space on tower for 23 each VHF Omni directional antennas with a minimum spacing of 30 feet between the base of the receive antenna to the tip of the transmit antenna. Space within the equipment shelter for 1 each combining RF distribution equipment rack with dimensions of 24"X32"X72" with adequate room for service. Space within the equipment shelter for 2 each DC power plant equipment racks with dimensions of 33"X28"X80"with adequate space for service. 220 volt AC power with emergency back up, adequate climate control and adequate site grounding to R56 or equivalent standards. 24 hour a day 7 days a week access to the site. If Telco circuits are unavailable, then space for additional equipment rack 24"X24"X72". T1 extension between Mountain Home, Idaho and War Eagle Mountain, Idaho. T1 extension between Mountain Home, Idaho and Bennett Mountain, Idaho. (vii) Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (ix) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is included. (x) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS; DFARS 252.232-7003 Electronic Submission of Payment Requests; and AFFARS 5352.201-9101 Ombudsmen (see below POC) ** Eric Thaxton, 129 Andrews Street,Langley AFB, VA 23665, Email eric.thaxton@langley.af.mil, Phone: (757)764-5372, Fax:(757)764-4400** (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xiii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. (xiv) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xv) The proposed contract action is for lease of tower sites for which the Government intends to solicit and negotiate with Intermountain Communications of Southern Idaho under the authority of FAR 6.302-1(b)(1)(i). Unique supplies are only available from only one source with unique capabilities. Intermountain Communications of Southern Idaho owns the towers that are required for this function. Specific equipment is located on these towers that support 75% of our communication capabilities. Our frequencies are arranged to the specific locations on these sites, therefore it would not be in the governments' best interest to have communication equipment relocated to a different tower site. (xv) Quotes must be emailed to A1C Matthew Beatty at matthew.beatty@mountainhome.af.mil, or faxed to (208) 828-2658. Quotes are required to be received no later than 16:30 MST, 28 May 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/F3F3Q10090AL01-Tower/listing.html)
 
Place of Performance
Address: Mountain Home AFB, Mountain Home AFB, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN02160072-W 20100527/100525235553-7374119d0b5613f8bb44f9095f586378 (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.