Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2012 FBO #3744
SOLICITATION NOTICE

Y -- Installation of New Land Mobile Radio Tower and Equipment Relocation

Notice Date
2/22/2012
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Force Space Command, 38 CONS, 4064 Hilltop Road, Tinker AFB, Oklahoma, 73145-2713, United States
 
ZIP Code
73145-2713
 
Solicitation Number
FA8773-12-R-0011
 
Archive Date
3/16/2012
 
Point of Contact
Tracie Holman, Phone: (405) 734-5056, Elizabeth C. Fanning, Phone: 405-582-1221
 
E-Mail Address
tracie.holman@tinker.af.mil, elizabeth.fanning@tinker.af.mil
(tracie.holman@tinker.af.mil, elizabeth.fanning@tinker.af.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
38 CONS/LGCA intends to issue a solicitation for the installation of a new tower and relocation of equipment from an old LMR facility into building 1052 at Creech AFB NV. A complete 150-ft free standing tower has already been purchased and is onsite at Creech (disassembled). The contractor for this project will assemble and install the tower at building 1052, along with a new foundation, RF cables, antennas, antenna standoffs, lightning protection and grounding. In addition, two racks of existing LMR equipment will be relocated from an existing LMR facility (bldg 221), installed, powered, grounded, and connected to the new antennas on the above tower. The tower at Bldg 221 will also be partially disassembled by the contractor, and loaded onto a government provided truck for transport by the government to a storage location. Within building 1052, the contractor will also install a new rack adjacent to the relocated LMR racks for a new PTX-150 paging unit (already onsite). All new and relocated racks will then be connected thru a dedicated, contractor installed UPS adjacent to the new/relocated racks. All power connections and cable trays above the rack lineup will be contractor installed (see attached sketches for further details). In addition to the above, the contractor will conduct an RF path study to determine whether an existing microwave on Creech (with an 8-ft dish) can be relocated to the new tower at 1052 and operate successfully between the new tower (using a 4-ft dish) and an existing microwave tower on Angels Peak, approximately 19 miles away. The existing microwave currently bounces RF energy off of a passive reflector to bend around an existing geographical obstruction to reach Angels Peak. If the RF path study indicates the microwave path between the new tower at building 1052 and Angels Peak is viable, then the associated microwave equipment in the exterior mounted equipment cabinet will be relocated to building 1052. Relocated equipment will be mounted in the same rack as the new PTX-150 pager system. This will also require new waveguide from the contractor furnished 4-ft microwave dish, down the tower, and into the relocated microwave equipment. Once this relocation is complete, the contractor will optimize the path from the new microwave antenna at building 1052 to the distant antenna located on Angels Peak, approximately 19 miles away. This will include realigning the antenna at Angels Peak to operate with the new microwave antenna at bldg 1052 This proposed contract is set aside for Woman Owned Small Business concerns. The North American Industry Classification System (NAICS) code proposed for the requirement is 237130. The size standard for NAICS 237130 is $33.5 million. Award will be made using Lowest Price Technically Acceptable in accordance with FAR Par 15. A solicitation will be electronically posted on or about 8 Mar 12. All notices and any/all amendments will be posted and available for viewing on this site (www.fbo.gov). The date and time for the preproposal site visit will be included in FAR 52.236-27 located in Section 00100 for the RFP - Bidding Schedule/Instructions to Bidders. It is the responsibility of interested parties to review this site frequently for the posting of any updates/amendments to the solicitation. No telephone calls or written requests for this solicitation package will be accepted. All questions or comments should be directed electronically to the POCs listed above; no other format will be considered or accepted. All information pertaining to this acquisition, including technical questions and answers shall be provided to the Contracting Officer ONLY to ensure equal distribution of information to interested parties. All prospective offerors interested in submitting proposals must have a Commercial and Government Entity (CAGE) code and must be registered with Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004 in order to receive award. CCR can be obtained at www.ccr.gov. Additionally, all offerors must complete the registration package on the Federal Business Opportunities website, which places them on the solicitation source list. Foreign participation is permitted only at the subcontractor level. Copies of the solicitation will be provided to foreign firms only in order that they may pursue subcontracting opportunities. An AFSPC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman, concerned parties should first address their concerns, issues, disagreements, and recommendations to the Contracting Officer for resolution. In addition, AFFARS Clause 5352-9101, Ombudsman, will be included in this acquisition's solicitation and contract. The MAJCOM Ombudsman is the AFSPC/A7K and can be contacted at: 150 Vandenberg Street, Peterson AFB CO 80914, Telephone 719-554-5299; E-mail: A7K.wf@peterson.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5c228da465408eb0e6e190f9bef87c04)
 
Place of Performance
Address: Creech AFB, Creech, Nevada, United States
 
Record
SN02680423-W 20120224/120222234859-5c228da465408eb0e6e190f9bef87c04 (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.