Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2009 FBO #2651
SOLICITATION NOTICE

59 -- Motorola Trunking System Antenna Move

Notice Date
2/26/2009
 
Notice Type
Presolicitation
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Air Ground Combat Center 29 Palms - RCO, M67399 MARINE CORPS AIR GROUND COMBAT CENTER 29 PALMS-RCO Twentynine Palms, CA
 
ZIP Code
00000
 
Solicitation Number
M6739909Q0035
 
Response Due
3/2/2009
 
Archive Date
3/17/2009
 
Point of Contact
Patrick Doyle 760-830-3416
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation (Motorola Trunking System Antenna Move) 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. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as a request for quotation (RFQ). RFQ # M67399-09-Q-0035 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30. This is a restricted purchase set-aside for 100% Small Business Concerns. The North American Industry Classification System Code (NAICS) is 423690. The Standard Industrial Classification Code (SIC) for this order is 5065. The small business size standards are 100 EMP. The Federal Supply Classification (FSC) for this order is 5985. This solicitation is for the procurement of tParts and Installation of a Motorola Trunking System Antenna Relocation. The requirement is listed as follows: Parts ItemQtyModelDescriptionDescription12CC380-06380-400mhz low intermod antenna TX/RX name brand only380-400mhz low intermod antenna2183952397/8 heliax grounding kits7/8 heliax grounding kits3234995877/8 heliax click-on "2" hangers7/8 heliax click-on "2" hangers460PVC 3003" electrical conduit (bell end)3" electrical conduit (bell end)5630090ELBBE 90D90 degree sweeps90 degree sweeps6930045ELBBE 45D45 degree sweeps45 degree sweeps71,5004385687/8 inch heliax andrew low loss7/8 inch heliax andrew low loss812311418male 7/8" heliax din connectorsmale 7/8" heliax din connectors923443136mounting hardware for hangersmounting hardware for hangers106465498angle adapters (10 pack)angle adapters (10 pack)Installation SCOPE OF WORK 29 PALMS MCAGCCREOLOCATION OF TRUNKING SYSTEM ANTENNAS atREMOTE SOLAR POWER SHELTERSOP Argos, OP Bullion, and OP Noble 1. Background -a.It is the intent of the Assistant Chief of Staff G6 (AC/S G6), Marine Corps Air Ground Combat Center (MCAGCC), 29 Palms, CA to request appropriate and adequate funds necessary to relocate RF antennas from existing structures to new antenna tower structures at the OP Bullion, OP Argos and OP Noble communications sites located within MCAGCC boundaries.b.The total effort of work shall provide for immediate relocation of the antennas associated with the Motorola Trunking System located at OP Argos, OP Bullion, and OP Noble aboard the 29 Palms MCAGCC. 2. Scope - a.The technical requirements are:- The removal of existing antennas and installation of RF antennas and mounting hardware at OP Noble, OP Bullion and OP Argos. (1 TX and 1 RX antenna at OP Noble, OP Bullion and OP Argos).- Install new RF cable from RF shelter to each antenna. (1 TX and 1 RX antenna at OP Noble, OP Bullion and OP Argos)- Provide hardware necessary to install RF cable in conduit or to affix to tower structure. Supplier may be required to provide conduit, see caveats and assumptions.- Provide for helicopter services for transport of materials and personnel to the work sites.- Provide all hardware and connections to properly ground and bound antenna components and RF cable to each site's grounding ring. - Test and optimize the new RF antenna subsystem per the OEM operational specifications of the Motorola Trunking Repeater System.- Provide for skilled and (OEM) knowledgeable labor to perform above tasks. Personnel shall be trained in tower climb techniques and safety procedures. b.Caveats and Assumptions.- Cable Bridges from new tower to shelter will not have been installed at the three sites at time of contract award. Therefore, RF cable (X2) shall be placed into conduit provided by the supplier and the conduit placed on the ground between the shelter and the new tower. - Helicopter services are required to reach the three remote sites. Aircraft must be capable of delivering personnel and materials to remote desert mountainous terrain. Pilot shall be certified to operate the aircraft into and out of remote mountainous terrain. Vendor shall arrange for helicopter services. Vendor shall include cost for required helicopter services as part of their quote.- Only one set of antennas is required to be purchased for this project. The currently installed antennas then may be reused at the other two sites with the third site's existing antennas becoming spare assets. If not a safety issue to supplier personnel, the trunking system can be left operational at each site until cutover to and optimization of the new RF cable and antenna subsystem. After cutover, the existing antennas will be removed by the supplier for reutilization. Dependent upon the range access scheduling consideration, anticipate that OP Noble will receive the new antennas. The other two sites shall receive reutilized antennas. The existing antennas at OP Argos will be removed and delivered to MCAGCC POC.- Work at each site shall not require more than 3 consecutive days to complete all tasks at a site. MCAGCC POC shall request range access into a work site for 3 consecutive days. Scheduling of helicopter services and vendor personnel to perform work at any given site shall not occur until range access scheduling has been coordinated by the MCAGCC POC. 3. Specific Tasks and Deliverable Requirements - a.The supplier shall provide the personnel, facilities, materials, transportation, and supplies to design, fabricate, deliver, and relocate RF antennas aboard the 29 Palms Marine Corps Air Ground Combat Center. b.1) Antenna Relocation at OP Noble (Install two new antennas. Existing antennas reused at OP Bullion)2) Antenna Relocation at OP Bullion (Existing antennas removed and reused at OP Argos)3) Antenna Relocation at OP Argos (Existing antennas removed and returned to MCAGCC POC)c.Materials to relocate the antennas will be installed at OP Argos, OP Bullion, and OP Noble located aboard 29 Palms MCAGCC, Twentynine Palms, California. d.The supplier is not required to provide training for hardware installed unless replacement materials or its operation differs significantly from that which is currently in use.e.All hardware installed by the supplier shall carry, at a minimum, a 12-month warranty at time of acceptance by the Government. f.The supplier shall provide for and install mounting hardware necessary for the installation of the RF cable from the shelter to the tower (two RF cable runs required at each site; OP Argos, OP Bullion, and OP Noble).g.The supplier shall identify one person who will act as the lead. The supplier shall also identify one person responsible for safety of personnel. The supplier shall certify that all personnel have received safety training and certifications to conduct work on communications towers.h.The supplier shall provide for airlifts of personnel, (supplier's and required MCAGCC government employees) and for light cargo to the job sites.i.The supplier shall provide for airlifts of heavy cargo (if required) to the job sites.j.The supplier shall prepare test procedures, conduct tests, and submit reports on the results thereof for the relocation of each antenna.k.The supplier shall conduct acceptance testing with a Government witness present to demonstrate that each Motorola Trunking RF site system is functioning properly.l.The supplier shall submit a site acceptance test report within 10 working days of completing the installation, completion of all testing, and before any required training of MCAGCC maintenance personnel. The acceptance test report shall be a general narrative describing the installed configuration, any problems encountered, and steps taken to resolve any problems encountered. The acceptance test report shall be in the supplier's format. 4. Travel, Labor and Other Direct Costsa.Upon request, the supplier shall provide a final accounting to the receiver that identifies all costs for Labor (rates by category) and Other Direct Costs, including travel, lodging, and miscellaneous costs associated with this antenna relocation project.b.The supplier shall provide/arrange for helicopter lifts for travel to and from the work sites. The cost to the supplier for the use of commercial helicopter for hire fees will be reimbursable. Helicopter rental fees will be reimbursable only for those scheduled workdays submitted as part of the supplier's statement of work associated to this scope of work. Helicopter fees for additional days beyond those provided in the supplier's proposed scheduled will not be considered reimbursable without just cause or work delays caused by other than the supplier.5. Summary of Scope of Worka.The supplier shall be expected to perform work aboard 29 Palms MCAGCC during normal operating hours of 6:00 AM to 6:00 PM, Monday thru Friday. Saturday and Sunday work may be required due to range access scheduling considerations.b.Security Clearance Requirements - None required.c.Physical access to the Shelters at the remote sites shall be arranged for by contacting the Ground Electronic Maintenance Division (GEMD), AC/S G6 aboard MCAGCC 29 Palms. d.The 29 Palms MCAGCC GEMD Representative shall arrange for range access required by the supplier to perform work at the remote sites. At a minimum of two weeks prior to any proposed start of work, the supplier shall submit for range access to the remote jobsites.e.The required completion date for delivery of all contract materials and installation work is 15 April 2009. Priority of work completion has been determined by 29 Palms MCAGCC as: 1) Antenna Relocation at OP Noble (Install two new antennas. Existing antennas reused at OP Bullion)2) Antenna Relocation at OP Bullion (Existing antennas removed and reused at OP Argos)3) Antenna Relocation at OP Argos (Existing antennas removed and returned to MCAGCC POC)f.Arrangements to conduct performance of work during hours and on days other than normal may be arranged for through the 29 Palms MCAGCC GEMD Representative. g.In the event of work delays that are caused by the needs of 29 Palms MCAGCC, then a statement of work modification may be requested and negotiations will be heard and considered by the appropriate 29 Palms MCAGCC representatives.6. Point of Contact: GEMD AC/S G6 29 Palms MCAGCC: CJ Shirley at 760-830-4979 Place of contract delivery will be at the Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC), Twenty-nine Palms, CA 92278. The winner of this award is required to be registered with, understand, and invoice through Wide Area Workflow. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition. All provisions and clauses may be found at the following website: http://farsite.hill.af.mil/ FAR:52.202-1, 52.203-5, 52.203-7, 52.204-7, 52.209-6, 52.212-1, 52-212-2, 52.212-3, 52.212-4, 52.212-5, 52.215-12, 52.215-13, 52.219-1, 52.219-6, 52.219-28, 52.222-3, 52.222-4, 52.222-19, 52.222-20, 52.222-21, 52.222-25, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-50, 52.223-13, 52.223-14, 52.223-15, 52.225-1, 52.225-13, 52.228-5, 52.232-33, 52.233-2, 52.333-3, 52.237-2, 52.244-6, 52.246-20, 52.247-34, 52.252-2.DFARS:252.204-7004 (Alt A), 252.212-7000, 252.212-7001 (Dev), 252.232-7003 Note: The complete provision at the Federal Acquisition Regulation (FAR) 52.212-3 must accompany bid submittal. The Government intends to award a contract resulting from this solicitation to the responsible/responsive offeror whose proposal conforming to the solicitation will be the most advantageous to the Government considering technical ability, price, delivery, past performance and best value. *** It is very important that all vendors and contractors follow all instructions provided below, when quotes, bids, or proposals are being submitted *** Please include Best Estimated Delivery Date, DUNS #, CAGE CODE #, and TIN #. It is very important that you indicate on your quote, whether you are quoting comparable item or same item being requested. The Government is seeking F.O.B Destination. If you have any questions or concerns please contact Patrick Doyle at 760-830-3416 or email patrick.doyle@usmc.mil. Fax number is 760-830-6353. Proposals or Quotation are due by 0900 (9:00AM) PST on March 02, 2009 at The Base Contracting Office, Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC), P.O. Box 788153, Twenty-nine Palms, CA 92278-6053, ATTN; Patrick Doyle, Contracting Specialist, Telephone # 760-830-3416, Fax 760-830-6353. FED EX/HAND-CARRIED Proposals or Quotation are due by 0900 (9:00AM) PST on March 02, 2009 at The Base Contracting Office, Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC), Bldg 1102, Door 21, P.O. Box 6053, Twenty-nine Palms, CA 92278-6053, ATTN: Patrick Doyle.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e6fe844303fcbf4630ba12d1b13c1581&tab=core&_cview=1)
 
Record
SN01757586-W 20090228/090226215956-2271be854e95265b03e2bbf0ee42e2b5 (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.