Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2006 FBO #1712
SOLICITATION NOTICE

J -- Repair and/or replace LMR cable antennas

Notice Date
8/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave Bldg 7, Laughlin AFB, TX, 78843-5102
 
ZIP Code
78843-5102
 
Solicitation Number
Reference-Number-F2R3U26200A100
 
Response Due
8/30/2006
 
Archive Date
9/14/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (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 number F2R3U26200A100 is hereby issued as a Request for Proposal (RFP) using FAR Subpart 13.1 Simplified Acquisition Procedures. Laughlin AFB, Texas intends to award a Firm-Fixed Price contract for the following requirement: CLIN 0001: Repair and/or replace existing antenna mounting hardware atop two (2) water towers. Remove existing Heliax cables attached to the antennas at Laughlin's primary communications site, atop two (2) water towers.Cable runs are routed from the antennas to a common facility approximately 60 - 100 feet from the towers. See attached Statement of Objectives. This acquisition is 100% Small Business Set-Aside and is under North American Industry Classification System code 811213 with a small business size standard of $6.5M. Please identify your business size in your response based upon this standard. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-10 effective 28 Jun 2006 FAC 2005-11 , Effective 05 Jun 2006, Class Deviation 2005-o0001, and the Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice 20060711. It is the offeror?s responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offerors-Commercial Items-(Jan 2006), and any addenda to the provision as listed in this notice; FAR 52.212-2, Evaluation-Commercial Items-(Jan 1999) (Award will be made based upon best value to the government); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items-(Jun 2006) (Offeror must complete the representation and certifications and submit with offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov); FAR 52.212-4, Contract Terms and Conditions-Commercial Items-(Sep 2005); ADDENDUM TO FAR 52.212-4 CONTRACT TERMS CONDITIONS - COMMERCIAL ITEMS (SEP 2005) Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract maybe made only by written agreement of the parties. Administrative changes such as paying office, appropriation data, typographical errors, etc., may be changed unilaterally by the Government. FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items-(Jun 2006); FAR 52.219-6, Notice of Total Small Business Set-Aside-(Jun 2003); FAR 52.204-7, Central Contractor Registration (Oct 2003); FAR 52.204-9; Personal Identity Verification of Contractor Personnel-(JAN 2006); FAR 52.222-3, Convict Labor-(Jun 2003); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans-(Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities-(Jun 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans-(Dec 2001); FAR 52.223-5, Pollution Prevention and Right-to Know Information-(Aug 2003); FAR 52.222-41; Service Contract Act of 1965, as Amended (Jul 2005) FAR 52.222-42; Statement of Equivalent Rates for Federal Hires (May 1989)(THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATON Employee Class: Telecommunications Mechanic, WG-10 step 2, $18.34); FAR 52.232-33; Payment by Electronic Funds Transfer-Central Contractor Registration-(Oct 2003); FAR 52.233-1 Disputes (July 2002); FAR 52.233-3, Protest After Award-(Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim-(Oct 2004); FAR 52.237-1 Site Visit (Apr 1984); FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); FAR 52.252-2, Clauses incorporated by Reference-(Feb 1998) (http://farsite.hill.af.mil); FAR 52.252-3 Alterations in Solicitation (Apr 1984); FAR 52.252-4 Alterations in Contract (Apr 1984); FAR 52.252-6 Authorized Deviations in Clauses is amended in paragraph (b) to add ?Department of Defense Federal Acquisition Regulation? Chapter 1-(Apr1984); FAR 52.253-1 Computer Generated Forms-(Jan 1991); 252.204-7003, Control of Government Personnel Work Product-(Apr 1992); DFARS 252.204-7004, Alternate A-(Nov 2003)(Used with FAR 52.204-7); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items-(July 2006); DFARS 252.232-7003, Electronic Submission of Payment Requests-(May 2006); 252.232-7010 Levies on Contract Payments-(Sep 2005); DFARS 252.243-7001, Pricing of Contract Modifications-(Dec 1991); AFFARS 5352.242-9000, Contractor Access to Air Force Installations-(Jun 2002). The following clauses are incorporated and amended as follows: FAR 52.252-1, Solicitation Provisions Incorporated by Reference is amended to include Internet address: http://farsite.hill.af.mil. (Feb 1998); DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials (APR 1993); DFARS 252.247-7023 with Alt III, Transportation by sea (May 2002); AFFARS 5352.201-9101 Ombudsman (August 2005)(Business Operations Branch, AETC/A7KB, Carol A. Singleton, 2035 1st Street West, Ste 1, Randolph AFB TX 78150-4304, phone (210) 652-6900, facsimile (210) 652-4652, carol.singleton@randolph.af.mil. ) ; AFFARS 5352.223-9001 Health and Safety on Government Installations (June 1997); IAW FAR 22.1012-1, Service Contract Act Wage Determination Number 1994-2521, Rev 30, dated 23 May 2006, applies and can be found at http://www.wdol.gov . AETC Smoking Policy applies. In Accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF)- To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the provisions and clauses in full text, visit the web site: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. Include FAR 52.212-3, Offer Representation and Certification with Offer. No telephonic responses will be processed. Site visit 15 Aug 2006 at 9:00 A.M. CST. All responses must be received no later than 4:30 P.M., Central Standard Time on 30 Aug 2006. Please send any questions or quotes to 47 CONS/LGCA, ATTN: TSgt Joseph Stewart, 171 Alabama Ave Bldg 7, Laughlin AFB, TX 78843. You may also call POC at (830) 298-4594, send a fax to (830) 298-4178, or e-mail joseph.stewart@laughlin.af.mil . Alternate POC is MSgt Chris Trujillo and can be contacted at (830) 298-4862, or e-mail to chris.trujillo@laughlin.af.mil . General Description and Statement of Objectives (SOO) 1. The purpose of this project is to replace RF transmission lines supporting the Land Mobile Radio (LMR) mission at Laughlin AFB damaged by high winds and water. 2. A site visit will be conducted by all interested parties on 15 August 2006 at 9:00 AM CST. All parties will meet at building 348 and will be escorted to building 285 by 47 CS personnel. 3. Install ten new (10) 7/8 inch Heliax or equivalent RF transmission lines with applicable connectors from the antenna mounting locations to the equipment racks located in building 285. 4. Weather seal all exterior connectors to prevent water/rain damage. 5. Secure all cable runs to the existing tower structure using stainless steel hardware and clamps to prevent movement during high winds. 6. Repair and/or replace existing antenna mounting hardware as required 7. Label both ends of each cable with antenna type, frequency range and location. 8. Test cables and the standing wave ratio (SWR) of the antenna system to ensure proper performance. 9. Remove existing Heliax cables attached to the antennas at Laughlin?s primary communications site, atop two water towers. Cable runs are routed from the antennas to building 285 approximately 60-100 feet from the water towers. 10. All replacement cables will be installed prior to removal of old cable with each cable connection changed from existing cable to replacement individually to minimize system downtime, estimated to be less than 10 minutes per channel. All work will be performed during daylight hours Monday through Friday. 11. Provide written report of test results to 47 CS/SCMF. 12. Contractor will provide the necessary personnel, tools and materials for the work described. 13. Contractor will use the Technical Order 31-10 series or comparable commercial equivalent (ex: Motorola?s R56, Manual, Standards and Guidelines for Communication Sites) for reference as to installation requirements 14. Contractor must be prepared to commence work within 15 (fifteen) days after award of contract. 15. Contractor will not be responsible for delays caused by inclement weather, third-party vendors, delays caused by Laughlin AFB or other events outside Contractor?s control. 16. Proposal and the attached Terms and Conditions are to be incorporated in its entirety into any resulting contract or order (s). 17. Laughlin AFB will be responsible for providing escorts during performance of this project.
 
Place of Performance
Address: Laughlin AFB, TX,
Zip Code: 78843-5102
Country: UNITED STATES
 
Record
SN01104209-W 20060804/060802220757 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.