MODIFICATION
J -- NOAA National Weather Radio Maintenance and Logistical Support
- Notice Date
- 11/15/2005
- Notice Type
- Modification
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
- ZIP Code
- 20910
- Solicitation Number
- DG133W-06-RP-0001
- Response Due
- 11/30/2005
- Archive Date
- 12/15/2005
- Point of Contact
- Mark Miller, Contract Specialist, Phone 301-713-0828 x187, Fax (301) 713-0806, - Annette Stevens, Contract Specialist, Phone 301-713-3405 x116,
- E-Mail Address
-
mark.a.miller@noaa.gov, Annette.Stevens@noaa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This amendment 0001 is being issued to clarify and answer questions from potential offerors concerning the NOAA Weather Radio Maintenance Transmitter Solicitation. NOAA Weather Radio Transmitter Maintenance Solicitation DG133W-06-RP-0001 Offerors Questions and Government Responses 1. When old transmitters are replaced who is responsible for removal and disposition? A. In some cases parts may be retrieved from displaced transmitters, tested, and stocked with the contractor to provide better support for those remaining in service. That decision will be made by the Government with recommendations provided by the contractor. All equipment not so retained will be disposed of by the Government. The Government may enlist the assistance of the contractor through a Service Order on a case by case basis. 2. At what rate will the old transmitters be replaced? A. The Government?s estimate is identified in Section B tables in the Solicitation. 3. What electronic tube is used in the SRS Power Amplifier and how is it configured in the circuit? A. The service manual for the SRS 1000W transmitter lists the tube as ?Type 8877/3CX1500A7?. The tube currently in use is the YU209 tube from Richardson Electronics that has been tested on an SRS Power Amplifier on loan to the manufacturer. The tube is tested for proper current levels prior to shipment. The tube is a triode connected with a grounded grid. 4. When the ROAMS unit detects a problem who does it call? A. The ROAMS units have room to store up to four different phone numbers. If contact fails for the first number it will call the second and so on. Currently the majority of ROAMS units call the Weather Forecast Office that is responsible for its transmitter?s proper operation. There are about 150 units that have been configured to call a central monitoring system which in turn filters the alarm data and calls the Forecast Office with an evaluation of the problem (but not down to the module level). In either case it is the Forecast Office that makes the final decision to call for a repair technician based on the data provided. 5. Do the transmitter manufacturers make the ROAMS units? A. No. The ROAMS have been built under contract by an electronics firm and provided as Government Furnished Equipment to the transmitter manufacturers for installation in each transmitter system prior to shipment. 6. Will the new transmitters used to replace old ones be Crown or Armstrong? A. The Government has yet to determine the method of acquiring those transmitters. At this time there is no guarantee as to the makes or models of replacement transmitter systems. 7. What cavity is used on the SRS transmitters? A. A cylindrical single stage band pass cavity usually made by Cellwave is used on the SRS transmitters. The cavity has an adjustment knob to optimize matching to the antenna cable. 8. Do the signal strength surveys identified in the solicitation require the use of a 30 foot antenna pole to assure free field measurement of the signal? A. The Government recognizes the problems that would result trying to make an accurate measurement in a full coverage area survey. The most important factor is to be able to make the measurements consistently from one time to the next. The signal strength level is needed but is recognized to be an estimate based on the measurement methods used. An important factor of the survey is to identify changes in signal and or pattern of broadcast, hence the need for consistent measurements. 9. At the top of Page 8 of the solicitation completion of SF33 is stated is this correct.? A. No this is incorrect should have stated SF1449. 10. Is there an incumbent Contractor? If so who is the incumbent, what is the contract number, contract type, award date and the duration and total value ? A. Independent Technology, Inc., DG133W02CQ0012, Fixed Price (some T&A), 07/30/2005, three (3) years and $9.9M. 11. Is subcontracting portions of the work allowed, and are there restrictions with regard to whether or not the subcontractor is a small business. A. Subcontracting is allowed but final decision resides with the prime if any is needed. The subcontractor does not need to be a small business as long as the portion is less than 49%. 12. What is the Incentive Fee? A. The fee/profit paid to the Contractor of this contract will have a portion that is fixed and the remainder of the fee earned will be determined by the overall performance of the contractor as an additional incentive fee. As noted in the solicitation you may propose an incentive fee by percentage in addition to the fixed fee you propose in the Schedule. Keep in mind that your incentive fee could be different each semi annual period based upon your performance against the metrics to be established in the contract. In simple terms the amount of your incentive fee may differ from period to period due to the Government?s evaluation of your performance of your ability to perform the duties in the contract. 13. The attachments that indicate usage of parts state the numbers are ?year to date? but do not specify when and for what period of time they are for. A. The attachments showing usage were generated from data covering the period August 01, 2004 through December 31, 2004. Therefore, this data covers five months of usage. 14. Page 2 state that the quantity for the CLINS in the base year is twelve (12) is that correct. A. No that is not correct the quantity should be nine (9) as the base period of the contract will be a nine month period not twelve.(Closes Amendment 0001) The National Oceanic and Atmospheric Administration?s (NOAA?s) National Weather Service (NWS) intends to acquire Maintenance and Logistical support for the NOAA Weather Radio (NWR) Transmitter Network via Solicitation No DG133W06RP0001. A NWR system consists of an audio control console located by NOAA Weather Forecast Offices. The transmitter systems, including antenna and transmission line are located at a remote site usually collocated with and hosted by a commercial or educational TV/radio transmitter and tower with a communication link (telephone line, microwave or UHF link) between the two locations. The Offeror selected for award will provide scheduled regular service maintenance, including on-site repairs, emergency and non-emergency miscellaneous services, logistical support, and depot repairs for approximately 381 transmitter locations throughout the United States. In addition, the Offeror selected will provide logistical support and depot repairs for approximately 430 other transmitters at various locations throughout the United States. Other services to be included in the contract are equipment modifications, the storage and replenishment of spare parts, antenna repair, RF signal testing, locating suitable antenna sites and installation and relocation of equipment. The transmitters associated with the sites were manufactured by Scientific Radio Systems, Inc. (SRS), Energy Onix (EO), Crown Broadcast (IREC) and Armstrong Transmitter Co. There is a possibility that the number of sites will increase during the life of the contract. At this time, the exact size of the increase is unknown. In addition, some of the logistical/ depot sites could be converted to full service maintenance sites during the life of the contract, but, the exact number is unknown at this time. Plus, some of the transmitters will be replaced each year with newer units. At this time the exact number of replacements is unknown. The Government anticipates awarding a Commercial Fixed Price Incentive Fee Performance Based Service contract (with a small percentage of the total value being on a Time and Materials (T&M) basis). The period of performance for the contract will a base period of nine (9) months and four (4) twelve month option periods for a total of fifty-seven (57) months, including a Phase-In and Phase- Out periods, if necessary. Contract performance is anticipated to begin March 01, 2006. The services required in this procurement have been successfully provided in the past by small businesses. Accordingly, this follow-on procurement will be conducted as a total small business set-aside. Affirmative written proposals must be received by the Contract Specialist, at 1325 East West Highway, Suite 17349, SSMC 2, Silver Spring, MD 20910, no later than 30 days, November 30, 2005, after the publication of this notice. The Request for Proposal will be available in the near future via the Internet at the following site: www.ofa.noaa.gov/amd/. Any and all questions from Offerors must be submitted in writing no later than ten (10) days, November 10, 2005, after the publication of this notice. See note 1 and 26.
- Place of Performance
- Address: National Weather Service, Weather Forecast Ofices, United States
- Record
- SN00932060-W 20051117/051115211617 (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 |