SOLICITATION NOTICE
59 -- A single contractor to provide a complete antenna tower system, including one self-supporting tower, inside plant equipment, and all antennas and associated hardware to allow for connection of Government provided radios.
- Notice Date
- 9/6/2007
- Notice Type
- Solicitation Notice
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- 157 MSG/MSC Contracting Office, 302 Newmarket ST Bldg 145, PEASE ANGB, NH 03803-0157
- ZIP Code
- 03803-0157
- Solicitation Number
- F8N3CM7229AF01
- Response Due
- 9/21/2007
- Archive Date
- 11/20/2007
- Small Business Set-Aside
- Total Small Business
- 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 solicitation number for this procurement is F8N3CM7229AC01 and this is a Request For Quote(RFQ).This announcement will be issued as a combined synopsis/solicitation and opens on 6 September 2007 and will close on 21 September 2007 at Close of Business, 1630 EST. The anticipated award will be a Firm Fixed Price award that is based on the Best Value to the Government. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-18. This acqui sition is to be 100% set aside and awarded to Small Business.The North American Industry Classification System (NAICS) code is 237130. The SB size standard for this code is 500 employees. PROJECT DESCRIPTION: The location of the work is within the cantonm ent area of the Pease Air National Guard Base, Newington, NH. Tours of the site are recommended and can be arranged by contacting the Contract Specialist listed. The work consists of performing all engineering, furnishing all labor, plant, materials, and equipment, and performing all work necessary to provide a complete and functional installation as described below: CLIN 0001: A single contractor to provide a complete antenna tower system, including one self-supporting tower, inside plant equipment, and all antennas and associated hardware to allow for connection of Government provided radios. The expectation of the project is to utilize off-the-shelf products and best industry commercial practices. Award of the project will be on best value to the Government, incorporating the best solution coupled with price. The contractor may consider the use of multiplexers or other such solutions in their proposal. Specific requirements for the project are listed in subsequent sections of the statement of work (SOW). All items shall be delivered FOB Destination to Pease ANGB Base. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Proposal should be sub mitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offerer; Terms of the expressed warranty; Price, Any discount terms and acknowledgement of all solicitation am endments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Offerors Representatio ns and Certifications?Commercial Items (MAR 2005); FAR 52.212-4 Contract terms and conditions?Commercial Items (SEP 2005); FAR 52.212-4 Addendum; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2007) (DEVIATION)(a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if the contract was awarded using other than sealed bid, is in excess of the simplified acquisition thresho ld, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's d irectly pertinent records involving transactions related to this contract.(2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years afte r final payment under this contract or for any shorter period specified in other clau ses of this contract or FAR Subpart 4.7, Contractor Records Retention, which ever is longer. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final t ermination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary c ourse of business or pursuant to a provision of law.(b) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause--(i) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that o ffer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that of fer subcontracting opportunities.(ii) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).(iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212).(iv) 52.222-36 , Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793).(v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201)(vi) 52.222-41, Service Contract Act of 1965, as Amended (JUL 2005) , flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.).(vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down re quired in accordance with paragraph (d) of FAR clause 52.247-64.(c) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. FAR 52.252- 1 Solicitation Provisions incorporated by reference (FEB 1998); FAR 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A (NOV 2003); 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), 52.222-37, Empl oyment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), 522.225-13, Restrictions on Certain Foreign Purchases (FEB 2006)(E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury), 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or m ore clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es ):http://farsite.hill.af.mil (End of clause); FAR 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DE FENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR2007) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.21 2-5 (MAR 2007) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialt y Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7 024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003 Electronic Submission of Payment Reques ts (JAN 2004) (10 U.S.C.). 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIA TION) after the date of the clause.(b) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.(End o f clause); 52.233-3 PROTEST AFTER AWARD (AUG. 1996) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004). 52.247-34 F.O.B. DESTINATION (NOV 1991). 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS. (JUN 2005). Addend um to FAR 52.212-4 Contract Terms and Conditions- OCT 2003 Commercial Items. Facsimile and email offers will be accepted. The point of contact for this solicitation is Contract Administrator: Catherine Keenan, Contracting Specialist; 603-430-3500, FAX: 603 -430-3428, e-mail Catherine.keenan@nhpeas.ang.af.mil. IMPORTANT NOTICES: 1) RFP submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Requ ired Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. Statement of Work (SOW) III.PRINCIPAL ELEMENTS: The work to be performed includes the following principal elements: A.Foundation 1.The contractor shall design and provide a reinforced concrete foundation for support of the tower described in Section III. B. A geotechnical study has been performed at the project site, which is available upon request to the Contracting Officer. 2.Provide engineering drawings of the foundation, stamped and signed by a Registered Professional Engineer licensed in the State of New Hampshire, certifying that the foundation meets all design requirements and applicable standards, including those listed in Section III.I. Drawings should indicate dimensions, concrete properties, steel reinforcement properties, and all other relevan t information. Provide As-Built drawings at the completion of construction.3.The contractor will demolish, remove and dispose of the foundation at the construction location consisting of four footings approximately five (5) feet in length per side, constru cted of reinforced concrete, square in shape with a center pier. B.Tower 1.The contractor shall provide a self-supporting lattice (SSV-type), galvanized steel tower, or a suitable substitute thereof. The tower will be 120-feet in height. Tower loads shall be in compliance with current industry standards, and be able to support at least three additional omni-directional whip antennas and associated hardware and cabling beyond those being installed under this contract. The tower must support, and have appropriate climbing hardware for, an antenna maintenance person.The tower must meet the design standards listed in Section III.I. 2.Provide tower drawings illustrating all components and part numbers, and th eir respective locations. Drawings shall be stamped and signed by a Registered Professional Engineer licensed in the State of New Hampshire, certifying that the tower meets all requirements and standards. Provide As-Built drawings at the completion of co nstruction. 3.The tower manufacturer shall maintain the highest quality steel manufacturing standards. Only AWS certified welders shall be employed for tower fabrication. A fully qualified Quality Control Department (AWI-CWHI) shall be employed with a qu ality control manual used and referenced in shop inspection reports. Submit shop inspection reports for the fabrication of the provided tower sections as requested. 4.Climbing Hardware and Fall Protection i.The contractor shall provide an OSHA approved climbing ladder extending the full height of the structure. OSHA approved anti-fall devices shall be provided with the tower ladder. ii.The contractor shall provide and install at intervals of not greater than 50-feet a rest platform. The platform(s) sha ll consist of a level grating allowing room for one person to sit or stand. 5.Lighting i.The contractor shall install two steady burning (FAA L-810 compliant) red lights at the top of the structure. The lights should be installed on diagonally or diametri cally opposite positions, in such a manner to ensure an unobstructed view of one or more lights by a pilot. ii.Obstruction lights shall be operated by a satisfactory control device (e.g., photo cell) adjusted so the lights will be turned on when the northe rn sky illuminance reaching a vertical surface falls below a level of 60 foot-candles (645.8 lux) but before reaching a level of 35 foot-candles (367.7 lux). The control device should turn the lights off when the northern sky illuminance rises to a level o f not more than 60 foot-candles (645.8 lux). The sensing device should face the northern sky. The contractor shall provide power to the lights; a circuit will be made available inside Facility 31157.iii.Lights shall have an LED type bulb, and shall meet de sign requirements in Section III.I. C.Antennas 1.The contractor shall provide all antennas, top mounting and/or side mounting assemblies, face mounted support assemblies, cable mounting hardware, and other miscellaneous hardware. The contractor shall be r esponsible for the antenna layout to provide adequate radio performance, minimizing interference and other performance degradation. Antennas and supporting assemblies must meet the design requirements in Section III.I. 2.All antennas shall be provided wit h a captive type N connector.3.The contractor shall determine the necessary number of, and provide all necessary antennas. The contractor should keep in mind to design the best solution and best value to the Government, possibly by using multiplexers or si milar equipment. The contractor shall engineer effective vertical and horizontal separation distances between antennas. The following frequencies will be transmitted and received from antennas from the tower (all frequencies are Mhz):i.321.000 (tx/rx) **i i.311.000 (tx/rx)** iii.165.1375 (tx/rx)iv. 154.815 (rx)/155.46 (tx)v.154.19 (tx/rx)vi.165.1875 (rx)/173.5625 (tx)vii.163.4375 (rx/tx) **viii.165.0375 (rx)/173.5875 (tx) ** ix.173.4375 (rx/tx)x.163.4125 (rx/tx)xi.15X.XX (rx)/15X.XX(tx)xii.46.58(rx)/45.44(tx) xiii.General coverage UHF (300-500 Mhz)xiv.General coverage VHF (130-160 Mhz) xv.Frequencies marked with a double asterisk should be at highest point of tower and optimized for the best performance. Use of multiplexers or such equipment will not be allowed for these frequencies. D.Coaxial Transmission Lines 1.Coaxial cable, connect ors, attachments, ground straps, etc. shall be provided by the contractor. All components shall be weather proof and suitable for the intended climatic environment. They shall be capable of direct burial (or continued exposure on a wave guide bridge) and fully connected to mate at the antenna end with contractor provided antenn as. The contractor shall provide all cable hangers, cable outer conductor grounding strap assemblies, cold weather tape, vapor wrap, shrink tube, sealants, UV cable ties (where used), and compression grips for pulling. 2.Each cable shall be tagged and provided unique identification at the termination ends. One tag shall be located at or adjacent to the antenna and a second tag shall be placed on the cable at or adjacent to the building entry port. Tags shall have a life expectancy of a minimum of 5 -years without material loss of legibility. The contractor shall provide a cable running list showing cable assignment by antenna and cable tag number. 3.The contractor shall determine the required coaxial cable lengths based on antenna height, orientatio n, flexible lead, drip loops, distance from tower to wave guide, wave guide length, and transition to the entry point at Facility 31157. All cable runs are to be continuous. Between-series or other adapters shall not be employed unless approved by the Co ntracting Officer. The contractor shall refer to antenna technical data to determine end coaxial connectors. The contractor shall verify the type of antenna end connector required prior to terminating cables.4.The Voltage Standing Wave Ratio shall not exce ed 1.5:1 on any contractor furnished coaxial cable line. Cables and connectors shall conform to the manufacturers specifications for conductivity, return loss, resistance and installation integrity. 5.The contractor shall provide antenna cable identifica tion on the interior side of the cable entry port. This is intended to facilitate inside plant interface. E.Wave Guide Bridge 1.The contractor shall engineer, furnish and install a wave guide bridge between the tower and Facility 31157 (approximately 30 f eet, depending on final tower position). The wave guide bridge shall be a minimum of 7 feet above ground level. The wave guide bridge shall accommodate grounding leads and ground bus from the installed coaxial lines as required.Cables shall be protected f rom falling ice and debris. Cable hangers shall be employed to provide support to the horizontal transmission lines. Drip loops shall be an integral part of each cables vertical-to-horizontal transition. The wave guide bridge shall comply with design c riteria in Section III.I.F.Cable Entry / Transition Panel 1.The contractor shall design and provide a cable entry/transition panel and RF bulkhead connectors for installation on a wall of Facility 31157.Prior to construction / installation, submit the design to the Government for approval.The contractor shall pro vide interior/exterior cable boots and bulkhead connectors employed to terminate the exterior cable and to permit a transition to the interior. 2.The contractor shall engineer, provide, and test all ancillary connecting equipment, including multiplexers or other such hardware if used.The contractor shall provide cabling from antenna entry ports to such equipment. 3.The contractor shall provide commercial, off-the-shelf hardware that will allow government owned radios to be connected to the contractor provid ed equipment. The government will furnish and install cabling from radios to the above equipment.G.Lightening Protection / Grounding 1.The contractor shall design and provide a complete lightning protection and grounding system for the tower, radio facilit y, and associated plant. i.The contractor shall engineer and provide the tower lightning protection and grounding system, and shall take measurements to show compliance with the design. Maximum impedance/resistance shall not exceed 10 OHMS. Contractor con ducted, government witnessed testing of the ground systems resistance shall be conducted in accordan ce with an approved test plan. No portion of the lightning protection/grounding subsystem shall be encased in any foundation work. Each tower leg, wave guide supports, horizontal electrical conduit, down lead coaxial cable out shield, climbing ladder, at tached hardware, and tower obstruction lighting assembly shall be grounded; cable entry panels shall be bonded and grounded. Grounding of antennas shall be in accordance with applicable industry standards. All inside plant equipment shall be connected to the towers grounding system by the contractor. ii.Provide engineering drawings of the lightening protection and grounding system, stamped and signed by a Registered Professional Engineer licensed in the State of New Hampshire, certifying that the system meets all design requirements and applicable standards, including those listed in this Section and Section III.I. Provide As-Built drawings at the completion of construction. H.Inspection and Testing 1.The contractor shall provide personnel, equipment, in strumentation and supplies necessary to perform all required testing. A request for testing must be accompanied by a written testing plan. In no case shall the test(s) be conducted without approval of the Contracting Officers Representative. The contra ctors test plans shall define the testing required to ensure the installation meets technical specifications. The test plans shall identify the parameters and functions to be tested. The contractor shall submit, at a minimum, test plans for:i.Strength o f concrete used in the foundation ii.Time Domain Reflectometer (TDR) of terminated cables iii.VSWR of each antenna at each operating frequency iv.Ground resistance of the grounding system v.Duplexers, diplexers, and multi-couplers will be tested in accor dance with recommended procedures and practices 2.The contractor shall perform pre-installation, in-progress, and final inspections of the materials, workmanship, and compliance thereof with referenced standards, specifications, and designs. The pre-inst allation inspection shall encompass the work site, storage facilities, site preparation, security, safety assessment and utilities. The Contracting Officers Representative will participate in the pre-installation inspection. In-progress inspections shal l include performing visual inspection of equipment, tower steel off-loading, handling, and erection, wiring, splicing, cable mounting, antenna installation, and adherence to all safety and regulatory standards or procedures. Prior to final inspection and acceptance, the contractor shall ensure all requirements of the project have been completed, and done so in accordance with project requirements. The Contracting Officers Representative and other Government personnel shall be present for final testing a nd acceptance. i. The contractor shall submit daily reports as required by the Contracting Officer, and include special reports for:1.Tower Stress Analysis2.Concrete Placement for the Foundation3.VSWR for Antennas4.TDR for Coaxial Cable 5.Ground, Shieldin g, and Bonding6.Cable Running Lists 3.The contractor shall correct any area of noncompliance with requirements. Re-inspection or re-testing shall be conducted at the discretion of the Contracting Officer. I.Pease ANGB Design Criteria:1.Nominal Design 3-s econd Wind Gust Speed: 100 MPH (ASCE 7-02)2.Seismic Zone (UBC Definition): 2 3. Maximum Frost Penetration: 64 inches 4.Radial Ice: 1 inch 5.Concrete for Footings and Piers i.Air Entrainment: 6% +/- 1% ii.Minimum Reinforcing Bar Cover: 3 inches iii.Minimum 28-day strength: 3000 psi iv.Maximum water/cement ratio: .506.Exposed Steel: Hot-Dip Galvanizing or other approved corrosion inhibitor7.Geotechnical Conditions: as described in available report8.Comply with ANSI, TIA, NFPA, NEC, FAA, OSHA, DOD, IEEE, UL, a nd other standards as may be applicable to this project.
- Place of Performance
- Address: 157 MSG/MSC Contracting Office 302 Newmarket ST Bldg 145, PEASE ANGB NH
- Zip Code: 03803-0157
- Country: US
- Zip Code: 03803-0157
- Record
- SN01397331-W 20070908/070906221743 (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 |