SOLICITATION NOTICE
99 -- ANTENNA TEST FACILITY TEST PEDESTAL
- Notice Date
- 3/2/2004
- Notice Type
- Solicitation Notice
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- W9124Q-04-R-EPGTP
- Response Due
- 3/19/2004
- Archive Date
- 5/18/2004
- Point of Contact
- VIRGINIA MILLER, 520-538-3978
- E-Mail Address
-
ACA, White Sands Missile Range
(virginia.miller@epg.army.mil)
- Small Business Set-Aside
- N/A
- 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. The Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement: Construct a primary test pedestal 20 feet wide and 25 feet in length. Construc t a secondary pedestal 20 feet wide and a minimum of 12.5 feet in length which can be connected to the primary pedestal to support longer test items. The secondary pedestal should be separable yet stable. Pedestal shall consist of a minimum of three sect ions: a top surface platform and two stacking support sections. The total height of the pedestal should be near 22 feet. The top and center sections should be removable (by crane) so that the top platform can be placed directly on the first structural se ction (i.e., at a lower height). Provide a cost estimate for four rather than two stacking sections, so more platform heights would be possible. (Note that the total pedestal height would still be 22 feet.) Minimum weight supported on the pedestal shall be 30 tons. Maximum weight of the pedestal shall not exceed 40 tons. Pedestal sections will be made of fiberglass. The top platform shall have floor planking with minimal gaps. The planking will be made of pressure-treated structural grade wood. The en tire structure â wood and fiberglass â shall be painted. The paint must not contain any metal by product(s). Base of the pedestal will be steel with wheels and manual jacks per weight specifications in 1.4 and 1.5 and will not exceed 3 feet in height. Wheels should not be pneumatic type or all metal. Install a removable fiberglass railing around the entire pedestal (top platform) that will consist of a top rail, intermediate rail and posts, and shall have a vertical height of 42 inches nominal from the upper surface of the top rail to the platform planking. Must meet or exceed OSHA regulations. Provide a cost estimate for making individual railing sections (5 feet in length or to be determined) removable to support odd-shaped test items. Rem ovable fiberglass ladder with cage will be installed on one end of the pedestal from the base to the top section to support personnel. Must meet or exceed OSHA regulations. The ladder must be modular to be of use at all available platform heights. Tow ho oks are to be installed in a fashion to tow the pedestal on and off the turn table. Install loops at the base of the pedestal to secure (tie down) the pedestal to the turn table. Number of tie downs required will be determined per the weight of the pedest al. Construction must meet wind load of 80 MPH winds or higher and must be certified by companyâs engineer. There shall be no conductive screws or bolts that are used to hold or secure the platform together. Quote will include design, fabrication, shi pment and assembly (on site). EPG crane may be used during assembly. Work must be competed no later than September 15, 2004. Photos of the existing pedestal are available by contacting the contracting officer at (520) 538-3978 or (520) 559-2921. Offers are due no later than 1300 hours, Friday, 19 March 2004 and shall be submitted electronically at virginia.miller@epg.army.mil. EVALUATION CRITERIA/PROCEDURES: Offers will be evaluated based on the following criteria in descending order of importance: Me eting the Requirement, Meeting the Delivery Schedule and price. For additional information, contact Virginia J. Miller, Contracting Officer, at (520) 538-3978, (520 559-2921 or virginia.miller@epg.army.mil. FAR provisions 52.212-1, Instruction to Offerors Commercial items, and 52.212-2, Evaluation of Commercial Items, applies to the acquisition. Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items, and furnish Offeror's Federal Tax Identification Number, Cage Code, Central Contractor Registration Number, DUNS Number and applicable FSC Codes with this offer. FAR Clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. The government reserves the right to select for award, all, some, or none of t he proposals received in response to this announcement.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABK/DABK39/W9124Q-04-R-EPGTP/listing.html)
- Place of Performance
- Address: ACA, Southern Region, Electronic Proving Ground (EPG) Banister Hall, 2000 Arizona Street Fort Huachuca AZ
- Zip Code: 85613
- Country: US
- Zip Code: 85613
- Record
- SN00535395-F 20040304/040302225816 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |