Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2011 FBO #3462
SOLICITATION NOTICE

54 -- Telecommunications Equipment Shelters

Notice Date
5/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, WO-AQM IT Support, Albuquerque Service Center, Pan American Bldg, Suite 200, 101 B Sun Ave NE, Albuquerque, New Mexico, 87109, United States
 
ZIP Code
87109
 
Solicitation Number
AG-7604-S-11-0061
 
Archive Date
6/9/2011
 
Point of Contact
Brendell J. Gallegos, Phone: 5055637241, Brian R. Alvarez, Phone: 303-205-8108
 
E-Mail Address
bgallegos@fs.fed.us, brianalvarez@fs.fed.us
(bgallegos@fs.fed.us, brianalvarez@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, AG-7604-S-11-0061, is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51. This solicitation is set-aside 100% small business under NAICS code 332311 with a small business size standard of 500 employees. All responsible sources may submit a quote which shall be considered by the Government. The Government will issue a firm fixed price purchase order. The Government will not be responsible for any costs accrued or incurred in response to this solicitation. This requirement is for the delivery and installation of three (3) portable Telecommunications Eqjuipment Shelters - 3 feet x 3 feet x 5 feet with 20 foot tower and associated equipment for the Grand Mesa, Uncompahgre and Gunnison (GMUG) National Forrest. The Shelters shall meet the following cirteria: 1. They must have a complete Faraday Cage Shielded Enclosure, for Lightning protection of the high cost modern synthesized radios. That includes the following: 70 dB Shielding effectiveness rating from 60 KHz to 3.9 GHz. 40 dB Shielding effectiveness rating in the magnetic field. 2. They must be light enough for a helicopter to lift at high altitudes. As the roads are either impasable for a semi truck and trailer or do not exist because it is a roadless area. 3. They must have little or no ground disturbance due to NEPA standards. 4. They must have an articulating radio tower. Due to the remoteness of the sites, cement for a free standing tower is not an option. 5. They must withstand 100 plus mile per hour winds, with one (1) inch of radial ice loading. 6. They must have solar mounting structures on the shelter that can withstand 100 plus mile per hour winds with one (1) inch of radial ice loading. 7. They must be built with low maintenance long lasting materials. That will last twenty-five (25) years or more. 8. They must be able to be painted colors that will be acceptable to the local Forests Architectural Engineer's satisfaction and not have to be parinted every five (5) years. The following items are requested with the shelters: Equipment Racks Cable Trays Power Outlets (AC/DC) Ground Bars/Panels Battery Trays HVAC/Ventilation Solar Panel Mounts We are requesting thirty (30) days delivery after issuance of the purchase order. FOB is destination. Places of delivery are as follows: Ship to GMUG NF, Attn: Brian Rowe, 2777 Crossroads Blvd, Unit 1, Grand Junction, CO 81506. This solicitation incorporates one or more solicitation provisions 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. The provisions at FAR 52.212-1 Instructions to Offerors - Commercial Items. FAR 52.212-3 Offeror Representations of Certifications apply to this acquisition. Offerors must include a completed copy of the provision in FAR 52.212-3. If the offeror does not have a copy of this provision, you may obtain a copy at www.arnet.gov or contact the CO to receive a copy. Clauses Incorporated by Reference are as follows: FAR 52.212-4 Contract Terms and Conditions - Commercial Items (JUN 2010); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2010); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); FAR 52.219-4, Limitations on Subcontracting (DEC 1996); FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest after Award; FAR 222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.225-16, Sanctioned European Union Country Services (FEB 2000); FAR 52.239-1 Privacy or Security Safeguards; FAR 52.214-64 Preference for Privately owned U.S. Flag Commercial Vessels; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Disabled Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33 Payment by Electronic Funds Transfer; Central Contractor Registration, FAR 52.242-15 Stop Work Order. FAR 52.212-2 Evaluation - Commercial Items is as follows: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be based on Lowest Price technically acceptable. The Government will evaluate offers for award purposes by adding the total price for all contract line item numbers (CLINs) as submitted by a responsible offeror. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Quotes shall be submitted in writing and signed by an individual with the authority to bind their respective company. Electronic submissions via fax are acceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/WOAQMITS/AG-7604-S-11-0061/listing.html)
 
Place of Performance
Address: GMUG, 2777 Crossroads Blvd. Unit 1, Grand Junction, Colorado, 81506, United States
Zip Code: 81506
 
Record
SN02448450-W 20110518/110516234243-21ded837c6affad827e4f1a1b6eb7ccd (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.