Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2001 FBO #0006
MODIFICATION

58 -- System configuration to engineer, furnish, install, test, and make operational radios and antennas

Notice Date
12/6/2001
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), FTS, 7T-5 Oklahoma, 819 Taylor Street, Room 14A02, Fort Worth, TX, 76102
 
ZIP Code
76102
 
Solicitation Number
7TF-02-0002
 
Response Due
12/14/2001
 
Point of Contact
Elaine Lacker, Contracting Officer, Phone (817) 978-6142, Fax (817) 978-4739
 
E-Mail Address
elaine.lacker@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This modification is issued to delete the entire original synopsis and modifications 1 and 2, and replace with the following. This modification contains the entire combined synopsis/solicitation. 17(i). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, and FAR Part 15, 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. 17(ii). Solicitation Number 7TF-02-0002 Request for Proposal. 17(iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01. 17(iv). This is a full and open procurement under NAICS Code 334220 Radio & TV broadcasting and wireless communications equipment mfg. 17(v). There are several contract requirements: REQUIREMENT LISTED UNDER 17(vi). 17(vi). Description: A site visit is being offered to all interested offerors on Monday, December 10, 2001, at 10:00 AM. Offerors are to be at the Eaker Gate/Pass and ID Office at that time. Please provide name and company in an email to elaine.lacker@gsa.gov by 4 PM Central Time, December 7, 2001. Date for receipt of proposals is extended to Friday, December 14, 2001. These radios will be used to communicate with aircraft on the ramp and local area, to include a 150 mile radius. This requirement involves providing, installing, and making operational, radio equipment and antennas at the transmitter site, Bldg. 1105. Radios shall be remoted to Bldgs. 989 (the Alternate Command Post) and shall interface with the Siemens HICOM 300-E Telephone Switch in Bldg. 280 the Main Command Post. This Statement of Work (SOW) establishes and defines the system configuration to engineer, furnish, install, test, and make operational radios and antennas to include the equipment listed below. Radios shall include 50-wattt option with 300-watt AC power supply, 50-watt power amplifier, and interface box. Radios shall have the handmic option. Two URC-200 multichannel UHF radios; One URC-200 multichannel VHF radios; Three UVU 200 antennas; 7/8 inch heliax coax cable; New equipment rack; Three external speakers. These radios shall be remoted from the transmitter/receiver site (Bldg. 1105) to the Command Post (Bldg. 280) and Alternate Command Post, (Bldg. 989) point-to-point over base telephone cable. The Contractor shall provide and install hardware and/or software needed to remote these radios. The Contractor shall provide software that is Microsoft Windows 2000 compatible. The Contractor shall interface these radios to the Siemens HICOM 300-E in the Command Post (Bldg. 280). The contractor shall install the handmic and speaker system in the Alternate Command Post (Bldg. 989). The contractor shall install the remoting software on Government provided computers and provide training. Antenna installation including required coax and connectors shall be provided and installed by the contractor. The antennas shall be installed on existing towers at the transmitter site. The Contractor shall be required to determine if coax can be installed in existing conduit from the transmitter facility in building 1105 to the tower. Aerial coax may be required. The approximate distance for the coax is 180 ft. Telephone cable pairs required to remote the radio equipment will be provided by the Government. The contractor shall provide all other equipment required to remote audio push-to-talk and channel changing. The new equipment will utilize existing frequencies. 2.0 Deliverables 1) Proposal shall include pricing for each individual item of equipment (VHF and UHF radios, equipment rack, software, and antennas). 2) The remoting portion of this statement of work should be priced as an option to the overall proposal as it may or may not be exercised by the government. 3) Provide timeline/milestone chart that will show start dates as well as estimated completion of the project. 17(vii). Desired Period of Performance is furnish and install all items no later than 45 days after receipt of contract. Place of Delivery and Acceptance is: US Air Force, 72 CS/SCXF, 8500 Industrial Blvd., Bldg. 3001G, Room 107, Tinker AFB, Oklahoma 73145, Attn: Maria Taynton, phone 405-739-4282. FOB destination. 17(viii). Solicitation provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (OCT 2000) is hereby incorporated by reference. 17(ix). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (1) Technical (a) Technical capability of contractor to meet the Government requirements. (b) Past Performance (see below) (c) Delivery Terms - ability to meet required delivery schedule and (2) Price. Factors are listed in their relative order of importance. Past performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the offeror (see below) and any other information the Government may obtain by following up on the information provided by the offeror and/or through other sources (i.e., offeror's performance on previously awarded delivery orders/contracts and/or contracts with other Government entities). The offeror must identify at least one Federal contract or delivery/task order for this client, and any other Federal, state, or local government and private contract or delivery/task order, for which the offeror has performed work similar to the statement of work in this solicitation. References should include the most recent contracts completed within the last two years. The offeror shall provide a point of contact, current telephone number and fax number for each contract. This list is due by the date established for receipt of proposals. 17(x). Offeror's are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items (MAY 2001) with its offer. 17(xi). Clause 52.212-4, Contract Terms and Conditions--Commercial Items (MAY 2001), is hereby incorporated by reference. 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2001), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: (b)(5)52.219-8, b)(12)52.222-26, (b)(13)52.222-35, (b)(14)52.222-36, (b)(15)52.222-37, (b)(18) 52.225-1, (b)(19) 52.225-3, (b)(21) 52.225-13, (b)(22) 52.225-15 (b)(25) 52.232-34. 17(xiii). Additional Contract Terms and Conditions applicable to this procurement are: (i) N/A (ii) Type of Contract: A firm fixed price, definite quantity, definite delivery contract will be awarded. (iii) Period of Performance: Furnish and install all items no later than 45 days after receipt of contract. 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. 17(xv). N/A 17(xvi). Signed and dated offers one original must be submitted to GSA, IT Solutions, 7TR, 819 Taylor Street, Room 14A02, Fort Worth, TX 76102-6105, Attn: Elaine M. Lacker, Contracting Officer at or before 4:30 p.m.(CDT), December 14, 2001. Email proposals may be sent to elaine.lacker@gsa.gov at or before the above time and date; facsimile proposals may be submitted to 817-978-4739 at or before the above time and date.
 
Place of Performance
Address: US Air Force, 72 CS/SCXF, 8500 Industrial Blvd., Bldg. 3001G, Room 107, Tinker AFB, Oklahoma 73145
Zip Code: 73145
Country: United States of America
 
Record
SN20011206/00001431-011207191207 (fbodaily.com)
 

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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.