Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
MODIFICATION

58 -- REPEATER INSTALLATION (BLDG 219)

Notice Date
9/18/2014
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
111 FG/MSC, 201 Fairchild Street, Willow Grove ARS, PA 19090-5320
 
ZIP Code
19090-5320
 
Solicitation Number
W912KC14R0006
 
Response Due
9/19/2014
 
Archive Date
11/17/2014
 
Point of Contact
Cynthia Laemmerhirt, 215-323-7106
 
E-Mail Address
111 FG/MSC
(cynthia.laemmerhirt@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. REPEATER INSTALLATION (BLDG 219) PROJECT ZAWH 13-00011 HORSHAM AIR GUARD STATION HORSHAM, PA. 19044-5203 1. Purpose and Scope: The contractor shall furnish all supervision, labor, parts, supplies, tools and equipment to perform all phases of work associated with requirements to provide installation to the radio repeater in Air National Guard facility Bldg 219. This radio repeater installation is required in order to provide radio communication on a daily basis for Horsham Air Guard Station. 2. Location of Work: The work to be performed is located at the Horsham Air Guard Station, Horsham Pa 19044-5203, which is approximately 18 miles north of Philadelphia, Pennsylvania. For exact location see the POC. 3. Bid Phase: Perform work in accordance with tasks described below. Installation of all-weather proof cabinet at the base of the antenna tower and removal of materials shall be, quote mark as required quote mark to support this project. All measurements, referenced in this quote mark Statement of Work quote mark or any of its supporting documents, are approximate dimensions only. The Bidder is required to perform an investigative analysis, submit their findings, take all field measurements, observe conditions and determine obstacles before submitting their proposal. Site visits are arranged and coordinated through MSgt Sylvia, Castro 215-323-7105. Multiple visits can be arranged but potential bidders are encouraged to have subcontractors meet at the same time to coordinate their discussions/efforts prior to bid. Acceptance of this contract commits the Contractor to all conditions as listed in the paragraphs below. All work shall be scheduled and accomplished during normal duty hours (07:00 to 16:30), excluding every other Monday (base down day), every other Friday (07:00 to 15:30), weekends and federal holidays. The Contracting Office will approve any changes to these hours. The work shall also be executed in a manner and at such times that minimum inconveniences & delays will occur to the using agency and will cause the least possible disturbance to base utilities. If the contractor desires to carry on work during Saturdays, Sundays, Holidays, and/or the 111th's scheduled (off) Monday, in order to more economically complete the required tasks, (without additional compensation from the Government), they shall submit their request to the Contracting Officer, (215) 323-7105. If approved, the contractor shall allow the Government ample time, so that satisfactory arrangements can be made for inspecting the work during this phase of the project and for scheduling the compulsory manpower. 4. Occupational Safety and Health Mishap Prevention: Contractor's compliance with OSHA Standards and applicable AFOSH Standards is mandatory. Contractors are subject to inspection of job sites by the Department of Labor (OSHA) and Air Force Safety Inspectors. Resolution of Department of Labor Citations for violations of OSHA Standards shall be the responsibility of the contractor. 5. Work Scheduling Agreement and Inspections: Contractor will advise the Contracting Officer upon receipt of all required materials. Work will be started within fourteen (14) calendar days after receipt of said materials with a (30)-day (working days) performance period or, as directed by the Contracting Officer. Any work not conforming to the specifications or not meeting the approval of the government shall be removed or corrected at the contractor's expense. 6. Submittals: Reproducible shop drawings, manufacturer's data, technical data, dated certifications, test reports, samples, and disposal weight receipts for solid wastes or recycled materials, constitute the project submittals. All submittals shall have an AF Form 3000 attached, or as specified by the Contracting Officer, and be submitted to the Contracting Office by the contractor, prior to starting any work where submittals are specified. All submittals except warranties, operating instructions as noted below, and disposal weight receipts for solid wastes or recycled materials, shall be made no later than 10 days after receipt of Notice to Proceed or as specified by the Contracting Officer. The Contracting Officer will return the submittals approved or disapproved within 10 working days after receipt of submittals. If submittals cannot be made within 10 days after Notice to Proceed or as specified by the Contracting Officer, the Contracting Officer shall be advised of the difficulty and an extension of time requested. Approval of submittals does not relieve the contractor from performance in strict accordance with the contract specifications and drawings, nor does such approval constitute quote mark acceptance quote mark under provisions of this contract. Warranties and operating instructions are required at the completion of the contract work. Four copies of all warranties and operating instruction shall be provided unless otherwise specified. The Contractor shall submit weight receipts in a timely manner, after waste has been transported to refuse plant/landfill. Deviations: For submittals which include proposed deviations requested by the contractor, the contractor shall set forth in writing the reason for any deviations and annotate such deviations on the submittal. The Government reserves the right to rescind inadvertent approval of submittals containing unnoted deviations. 7. Description of Work: The work to be performed under this contract will include the following: 7.1. Cabinet Installation: Cabinet Structure - Shelving and associated materials Heat and cooling Air - Temperature Control Weather Proof Seals - Access doors and ventilation Hardware - associated with cabinet Hook up to Local Power - Base of Tower Grounding Kits- as required 7.2. Installation of a new VHF Antenna at Building #219 to include: New VHF Antenna Up to 120' of hardline Lighting Protection Grounding Kits - as required All Connectors and related Misc. Parts Tower Crew - Antenna installation and associated materials 7.3 Repeater Installation Installation of Repeater in cabinet Programming and Testing Grounding Kits 8. Detailed Requirements: 8.1 Cabinet Installation: 8.1.1Cabinet (Bldg. 219 Tower): Provide and install (1) weather proof cabinet at the base of the tower behind bldg. 219 on concrete pad (already installed). Connect to local power (provided on the tower), weather seal and protect from all elements. Ground cabinet as required by manufacture specification, and provide proper ventilation from extreme heat and cold. 8.2 Antenna Installation: 8.2.1Antenna (Bldg. 219): Provide and install New VHF antenna, 120 feet of inch hardline, lightening protection, all necessary grounding parts and associated connectors and miscellaneous materials necessary for antenna installation 8.3 Repeater Installation: 8.3.1Repeater: (Bldg. 219,) Install GTR 8000 Repeater (already on site) into All-weather proof Cabinet and properly ground equipment as described by manufacturer recommendations. Program repeater with frequency assignment (provided by Spectrum Manager) and test equipment for proper operation. 8.3.2Grounding: Provide and install all necessary grounding equipment i.e. bus bar(s), grounding rods, and cable; as to meet installation requirements for Lightening Protection. 9. Clean-Up: The contractor shall at all times, keep the construction area, including their storage areas free from accumulation of waste materials or rubbish. Prior to completion of the each work day, remove from the construction site all waste materials or rubbish. The Base Civil Engineering Office shall be advised of all residue materials brought on base. Usable remaining materials shall be tagged or clearly marked by the Contractor, showing work order or purchase order number. The job site shall be cleaned at the end of each workday, but any usable remaining materials will remain at the work site after completion of each workday, (with the exception of hazardous materials). Upon completion of the project, all waste material & debris generated by work under this project shall be processed, handled, transported, stored, and disposed of by the Contractor in accordance with all federal, state, local regulations, and laws including, but are not limited to Executive Order 11752, dated 17 December 1973; The Federal Water Pollution Control Act as amended, 33 U.S.C., Section 1251; The Solid Waste Proposal Act, as amended 41 U.S.C., section 3251; the Environmental Protection Agency guidelines on thermal processing and land disposal of solid waste (40 CFR 240 and 241), or any amendment to the afore mentioned regulations. No hazardous materials or hazardous waste products shall remain on base upon completion of project. Under NO circumstance shall the Contractor dispose of such materials or any wastes in base dumpsters. The Contractor shall take every reasonable precaution to prevent the spillage of oil or other hazardous substances, but in the event of a spill, the Contractor shall immediately notify the Environmental Management Section, (POC) is Major Foulkes, (215) 323-8387. It is the responsible of the Contractor, for all clean up costs. 9. Warranty of Work: The Contractor Warrants that work performed under this contract shall conform to the contract, statement of work, delivery order, specification requirements, and manufacturer's specifications, and shall be free of any defects. The Contractor shall remedy, at the contractor's expense, any failure to conform to conditions, or any damage to Government-owned, or controlled property, when such damage is the result of the contractor's failure to conform to the contract requirements, applicable drawings, documents, or specifications. All other manufacturer's Warranties/Guarantees shall comply with this project as directed by the Contracting Officer. All Warranties/Guarantees shall become valid upon final acceptance of the work by the Government. 10. Quality Assurance: The contractor shall comply with governing codes and regulations provide products of acceptable manufacturers, which have been in satisfactory use in similar service for three years, and use experienced installers. Also the contractor shall deliver, handle, and store materials in accordance with manufacturer's instructions. In addition the contractor shall adhere to fire performance requirements of building code and local authorities. 11. Installation Security: Horsham AGS requires that all contractors accomplish a background check, through the state police in their state of residence, on all employees to be on site. A copy of the background check along with a photo ID shall be presented to Security Forces, to obtain a short term entry pass. Failure to meet the security requirements of the installation will disqualify contractor staff from working on the installation. If this occurs the contractor will have to use alternate staff to perform work at no additional cost to the government. All contractors must meet 111 SFS security guidelines to gain entry to the base. 12. Photography: Prior to taking any photographs/video recordings, either for their own record or as required by the terms of the contract, the Contractor shall prepare a request for photography permit, in letter format, and submit it to the Contracting Officer via an AF Form 3000. The request must include the contract number, the term of the contract, location or site to be photographed, dates and time to be accomplished, and indicate whether the Contractor intends to take photos and/or videos. If photography is required by the terms of the contract, a copy of any/all photographs and/or video recordings shall be provided to the Government, via an AF Form 3000, within 10 calendar days of being taken. The photographs shall be 4 quote mark x 6 quote mark color photos and shall be contained in a three-ring binder with appropriately sized photo holder pages/plastic sleeves. The binder will contain one set (one copy of each photo). Videotapes shall be in VHS format. The binder, videotape cassette and videotape cassette case is to be clearly labeled indicating the contract number, project number, project title, submittal number, contents and date taken. quote mark 13. Utilities: The Contractor shall be responsible for making any/all arrangements with, or pay any/all fees involved in tying into a distribution system owned by a utility company, (i.e. notwithstanding the provisions of other contract clauses, all reasonable required amounts of water, gas, electricity, etc., essential to contract performance will be made available at no cost to the Contractor from existing systems, outlets, and supplies. In regards to tying into electrical utilities, any tie-in within Government-Owned components will be at no cost to the Contractor; any arrangements with, or fees involved in tying into the distribution system owned by the utility company is the responsibility of the Contractor. The Government may not be held responsible for interruption of utility service and will not be liable for Contractor delays, damages, or increased cost caused by such an interruption of service. Any temporary connections or lines shall be installed, maintained, and removed by the Contractor at his own expense and in a manner acceptable to the Contracting Officer. No water may be obtained from base fire hydrants without prior permission of the Civil Engineering Officer. Contractors water lines connected to base hydrants must be equipped with reduced pressure backflow preventers. quote mark )
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA36-3/W912KC14R0006/listing.html)
 
Place of Performance
Address: 111 FG/MSC 201 Fairchild Street, Willow Grove ARS PA
Zip Code: 19090-5320
 
Record
SN03518658-W 20140920/140919000144-5ea9c14b672604965d51b20c9e27dc49 (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.