Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2004 FBO #0990
SOLICITATION NOTICE

54 -- Prefabricated Communication Equipment Shelter

Notice Date
8/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Clearwater National Forest, 12730 Highway 12, Orofino, ID, 83544
 
ZIP Code
83544
 
Solicitation Number
RFQ-R1-5-04-52
 
Response Due
8/24/2004
 
Archive Date
9/8/2004
 
Point of Contact
Donna Dodson, Procurement Assistant, Phone 208-476-8360, Fax 208-476-8288, - Peter Ruppel, Contract Specialist, Phone 208-476-8259, Fax 208-476-8288,
 
E-Mail Address
ddodson@fs.fed.us, pruppel@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
Prefabricated Communication Equipment Shelter/Platform/Tower, Clearwater National Forest, North Fork Ranger District, Clearwater County, Idaho. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation R1-5-04-52 is issued as a Request for Quotes (RFQ). Responses are due by August 24, 2004, 3:30 p.m., Pacific Time. Set Aside for Small Business. The North American Industry Classification Code is 332311 for Prefabricated Metal Building and Component Manufacturing, 500 employees. A quote is requested for 1 Line item. The Government will make a single award under this solicitation. Note: CCR ? a prospective awardee(s) shall be registered in the Central Contractor Registration (CCR) database prior to award. Information on registration may be obtained via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 1-269-961-5757. Line Item 1: Quantity 1, Prefabricated Communication Equipment Shelter/Platform/Tower: Hemlock Mountain site. Equipment shelter must provide, at a minimum, 50 square feet of floor area with space for two, 19-inch deep standard radio racks that are 72 inches tall. The shelter must be configured to provide access to the front and the rear of the radio mounting racks. The shelter must come equipped with built in EMI and RFI protection with minimal ground disturbance for grounding. A mounting system for solar panel installation should be provided as well as 5 cable entry port openings with covers. The Forest Service will provide the solar panels. A proper ice bridge and cable protection should be provided. The roof must be able to support snow loads up to 150 lbs per square foot. 2, 19 inch standard radio racks should be provided and pre-installed in a central location in the shelter. The shelter must also come equipped with cable trays for equipment wiring and 2 duplex receptacles, one installed on each side of the radio racks. The shelter should be equipped with 2,12v DC fluorescent lights and passive venting should be included that is sized appropriately for the rack and building size. Shelter must come equipped with a 100 amp load center with 100 amp main breaker with a surge suppressor on the load side and equipment enclosure, 12v DC to 120v AC inverter 800-1000w. The tower must be hydraulically articulated and extend vertically, to a minimum of 60 ft in height. Extended, the tower must be able to withstand 110 mph wind with no guy system. The platform on which the shelter sits, must come equipped with load leveling legs able to compensate for a maximum 20 inch leg foundation variance. A design drawing can be obtained via fax by calling Karen Ruklic at (208) 476-8224 or (208) 983-1950. Vendor will be expected to deliver and place the structure on concrete footings that will be constructed by the Forest Service. Delivery and placement of this item will be made no later than 9/30/04. All components shall meet applicable standards and specifications set forth in the following sections of the Motorola R56, ?Standards and Guidelines for Communication sites?: Section 1.3 Standards; Ch. 2 Safety Summary; Ch. 4 Site Design and Development, Sections 4.5, 4.7 thru 4.9; Ch. 5 Communications Site Building Design; Ch. 6 External Grounding; Ch. 7 Internal Grounding; Ch. 8 Power Sources, Sections 8.7 thru 8.8; Ch. 9 Transient Voltage Surge Suppression; Ch. 11 Equipment Installation. The communication equipment shelter/platform/tower unit will be delivered to the Hemlock Lookout Administrative Site, on the Clearwater National Forest. This location is approximately 9.2 miles SE of Pierce, ID via Forest Service road 250 and 547. Quotation should be made FOB destination. The Government will award a single contract resulting from this quotation to the responsible offeror(s) whose offer conforming to this quotation will be most advantageous to the Government, price and other factors considered. The following three factors shall be used to evaluate offers: technical capability of the line item offered to meet the Government?s specifications, price, and delivery date. Pertinent portions of Clause 52.212-1 ? Instructions to Offerors ? Commercial Items, are as follows: As a minimum, offers must show (1) the solicitation number, (2) the name, address, and telephone number of the offeror, (3) a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature or other documents, if necessary, (4) terms of any express warranty, (5) price and any discount terms, (6) ?Remit to? address, if different than the mailing address; and (7) confirmation of ability to meet the delivery dates as stated in the Line Item descriptions. The following FAR clauses and provisions apply to this acquisition and are incorporated by reference: 52.212-1(Instructions to Offerors ? Commercial Items), 52-212-4 (Contract Terms and Conditions ? Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial items). For a listing of the clauses cited in 52.212-5 that are applicable to this acquisition, please contact Karen Ruklic at 208-476-8224 or 208-983-1950. FAR Clause 52.204-7 Central Contractor Registration) is also incorporated by reference. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-23, date 5/5/04. The clauses and provisions referenced in this quotation can be found in full text form at http://www.arnet.gov/far. Offerors are to include a copy of the provision at 52.212-3 (Offeror Representations and Certifications ? Commercial Items), with this offer. Offers may be submitted by mail to the Clearwater National Forest, Attn: Bid Drawer, 12730 Highway 12, Orofino, ID 83544 or fax 208-476-8288. For more information regarding this solicitation, please contact Karen Ruklic, 208-476-8224 or 208-983-1950.
 
Place of Performance
Address: North Fork Ranger Station, Clearwater National Forest, 12730 Hwy 12, Orofino, ID
Zip Code: 83544
Country: USA
 
Record
SN00640303-W 20040812/040810211657 (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 |
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.