SOLICITATION NOTICE
J -- Radio Maintenance - Intermountain Region, National Park Service
- Notice Date
- 8/6/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Interior, National Park Service, NPS - All Offices, IMSF - ACG - Contracting, Cooperative Agreements & General Services P.O. Box 728 Santa Fe NM 87504
- ZIP Code
- 87504
- Solicitation Number
- N1275090040
- Archive Date
- 8/6/2010
- Point of Contact
- Tammy K. Gallegos Contracting Officer 5059886085 tammy_gallegos@nps.gov;<br />
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- 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 Regulations (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. This requirement is being issued as Request for Proposal (RFP) No N1275090040. The FAR clauses and provisions enclosed within are those in effect through Federal Acquisition Circular (FAC) 2005-30. FAR clauses and provisions are available through Internet access at www.acqnet.gov/far. This solicitation is 100% small business set-aside. The North American Industry Classification System (NAICS) code is 811213. The small business size standard is $7.0 million. A firm fixed price contract will be awarded for these Commercial Items. The National Park Service (NPS), Intermountain Region (IMR) (New Mexico, Colorado, Utah, Texas, Oklahoma, Wyoming, Montana, Arizona), has a requirement to provide programming support, periodic maintenance and emergency troubleshooting/repairs to its "P-25" compliant narrowband-digital Land Mobile Radios (LMR) systems. To meet this requirement and under this solicitation the NPS is seeking proposals to enter into a contract for a base year and four option years for a total of 5 years. Work will be performed to assist with the programming, maintenance, troubleshooting, and repair of IMR "P-25" LMR systems. The contractor shall provide the necessary technical and business resources as required to (1) document the existing Land Mobile Radio (LMR) systems; (2) redesign systems to meet user coverage and option requirements and federal mandates; (3) install new P-25 compliant radio systems; (4) write digital-analog mixed mode radio programming templates and program LMR Systems; (5) test LMR Systems to ensure the coverage and programming options meet user requirements. The contractor shall coordinate and work with the staff at various parks, local radio system cooperator agencies, and IMR radio staff to facilitate all work on radio systems. The contractor shall be required to be familiar with, and follow the existing Department of Interior (DOI) frequency management procedures and be able to communicate with DOI/NPS frequency management personnel to effectively process requests for Radio Frequency Assignments (RFA's). A)Description of work as required by the contractor shall be but not limited to the following: 1. Work must be performed at elevations ranging from sea level to over 10,000' elevation, and under all weather conditions. The work may also require using helicopters, horses, boats, 4-wheel drive vehicles, or hiking up to 10 miles to access remote repeater sites. Occasional overnight stays at remote sites may be required. 2. Complete inspections and site surveys of existing park radio systems to verify infrastructure configuration, tower and equipment shelter capacity and physical readiness, site locations, grounding/lightning systems, RFA documentation, and site sharing opportunities with other agencies or cooperators. Provide system block diagrams and system documentation of findings. 3. Conduct radio assessments with local radio system users to determine the coverage and operational requirements of the existing radio system design. 4. Provide radio propagation coverage studies and modify LMR Systems in accordance with user requirements, R-56 grounding/lightning standards, and P-25 compliant equipment specifications. 5. Identify and document communications inter-operability needs. Investigate opportunities for co-locating radio infrastructure with other users at electronic sites, or sharing LMR Systems between multiple users or agencies. 6. Provide detailed documentation of all radio equipment and installation materials required to modify or repair LMR Systems. Specific item information will include manufacturer or vendor, type and model number, generic description, item supplier, part or catalog number, cost, quantity, total per item cost, total all item cost. 7. Provide necessary hand tools and test equipment required to install and test radio/antenna/grounding systems; i.e. hand drills, wattmeter, test cables, RF connectors, tape, various hand tools, etc. 8. When available, the NPS can provide specific test equipment and programming equipment for use by the contractor on a project by project basis. The equipment includes a P-25 Aeroflex 2390 Service Monitor, various software applications for programming P-25 radios, cable sets for programming various P-25 radios, and an Encryption Keyloader. Use of this equipment will require approval by NPS staff as well as coordination of its availability. If the equipment is not available by the NPS, the contractor is responsible for supplying needed equipment. 9. Install new radio equipment as per design using equipment and materials from the supplied lists. The installation standards will meet or exceed technical standards and R-56 standards. 10. Install Cat-V cable runs from P-25 base/control stations to digital remote control unit locations, and/or make required cross-connects to enable using existing telephone cables for tone remote control units. 11. Install mobile radios per user requirement and industry standards. In case where these requirements conflict industry standards will take precedence. 12. Program LMR System infrastructure equipment (repeaters, base/control stations, comparators, DIUs, etc.), mobile radios, and portable radios as per system design and operational requirements. Most installations will require mixed mode operation using multiple Network Access Codes and Talkgroups. 13. Test and retune duplexers and cavities as required. 14. Provide hands-on training for park personnel on how to operate the new radios and how to use the new radio system. B) Deliverables: 1. Site Survey and Inspection documentation 2. Infrastructure requirements analysis documentation 3. System assessment and engineering analysis documentation 4. Radio system propagation maps 5. System design and configuration documentation including proposed channel or frequency changes 6. Detailed equipment and materials lists 7. System block diagrams 8. Functional drawings 10. Install new radio systems 11. Radio programming codeplugs or templates. 12. Programming codeplug and template documentation. 13. Documentation of LMR System tests for coverage and performance14. Media format and type for deliverables include: a) Documentation; electronic Word, Excel or PDF files b) Drawings; electronic VISIO file c) Programming codeplugs and templates; Vendor Programming software files B) Acceptance of work orders each task associated with this contract shall be made in writing by the NPS. C) Place of Performance: The work under this contract will be performed at various National Parks located within the Intermountain Region of the National Park Service. The Intermountain Region includes the states of Texas, Arizona, Colorado, New Mexico, Wyoming, Utah, and Montana D) Travel and Work Schedules: Travel and work schedules will be coordinated in advance with IMR and Park radio staff. Miscellaneous work such as documentation may be performed at the contractor's site or other NPS facilities when approved by the IMR radio staff. Contractor is responsible for making own travel arrangements, which must be made in accordance with Federal Travel Regulations (www.gsa.gov/ftr). A cost comparison of driving versus flying/rental car may be required for certain trips, especially if multiple park visits are scheduled for the same trip. Daily per-diem, lodging costs, and mileage will be limited to the rates as stated by the Federal Travel Regulations except in circumstances where advance approval has been granted by IMR staff. E) FAR 52.212-2, Evaluation-Commercial Items is applicable. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered' representing the best value to the government. 1. Project Understanding: Contractor must clearly show in-depth understanding of P-25 radio systems, including system design, P-25 equipment specifications and requirements, and user options. 2. Programming skills and experience: Contractor must have experience with writing digital/mixed mode programming templates for various P-25 radios, including Motorola, Daniels, Vertex, Thales and Relm/BK radios. Also list experience with OTAR and encryption (both AES and DES/OFB). 3. Past Performance and Qualifications: Contractor must show past performance in designing, installing, programming, and testing P-25 radio Systems. Contractor must provide a list of specific key personnel qualifications as well as 5 references (please provide name, address, and telephone numbers) F.) Price Proposal: The Price proposal submitted by Contractors shall be for an hourly rate for the work described in Section A and B of this combined solicitation/synopsis only. DO NOT INCLUDE TRAVEL COSTS IN YOUR PRICE PROPOSAL. 1. Travel costs will be approved and reimbursed on each task order issued against this BPA on a project by project basis and in accordance with Section D of this combined solicitation/synopsis. Award will be made to that quoter whose technical evaluation criteria/cost relationship is the most advantageous to the Government. For this solicitation the technical criteria is more important than price. While cost is secondary to technical it will be a factor in the award decision. AWARD MAY NOT NECESSARLY BE MADE TO THE QUOTER SUBMITTING THE LOWEST PRICE PROPOSAL. The Government intends to award the contract without discussions (except clarifications as described in FAR 15.306(a), therefore, offers should be submitted initially on the most favorable terms which the offeror can make to the Government. G.) Offeror must furnish company name, official point of contact name, DUNS number, TIN number, address, phone and fax number, email address. H.) The following FAR provisions and clauses are applicable to this acquisition: These clauses can be accessed through the website http://www.acqnet.gov/far 52.212-1 Instruction to Offerors-Commercial Items52.212-2 Evaluation - Commercial Items52-212-3 Offeror Representations and Certifications - Commercial Item52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Item52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 152.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.211-16 Variation in Quantity52.217-9, Option to Extend the Term of the Contract52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity 52.222-42 Statment of Equivalentt Rates for Federal Hires52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment52.222-48 Service Contract Act52.225-1 Buy American Act - Supplies; 52.232-1 Payments52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration52.232-2 Service of Protest52.232-3 Protest After Award52.233-4 Applicable Law for Breach of Contract Claim52.243-1 Changes - Fixed Price52.244-6 Subcontracts for Commercial Items52.246-2 Inspection of Supplies - Fixed Price52.246-4 Inspection of Services - Fixed Price52.247-34 F.O.B. Destination Contractors are required to be registered in the Central Contract Registration (CCR) government system prior to award to be eligible for government contract - the link can be found at http://www.ccr.gov. Contractors are required to be provide representations and certifications online at https://orca.bpn.gov as part of their proposal. All questions related to this solicitation must be sent via email to tammy_gallegos@nps.gov. Offers are due 4 p.m. MST, September 9th, 2009, and shall be Fedexed to Tammy K. Gallegos 1100 Old Santa Fe Trail, Santa Fe, NM 87505. Fascimile submissions WILL NOT BE ACCEPTED. All responsible sources may submit an offer which will be considered. Service Contract Wage Determination applicable to this solicitation include and are availabe at http://www.wdol.gov/ : Wage Determination No.: 2005-2023Revision No.: 10Date Of Revision: 05/26/2009 - State: Arizona; Area: Arizona Counties of Apache, Coconino, Gila, Maricopa, Navajo, Pinal,Yavapai Wage Determination No.: 2005-2026Revision No.: 10Date Of Revision: 07/22/2009 State: Arizona; Area: Arizona Counties of Cochise, Graham, Greenlee, Pima, Santa Cruz Wage Determination No.: 2005-2024Revision No.: 10Date Of Revision: 05/26/2009 State: Arizona; Area: Arizona Counties of Apache, Coconino, Gila, Maricopa, Navajo, Pinal, Yavapai Wage Determination No.: 2005-2084Revision No.: 9 Date Of Revision: 05/26/2009 - State: Colorado; Area: Colorado Counties of Alamosa, Archuleta, Baca, Bent, Chaffee, Conejos, Costilla, Crowley, Custer, Delta, Dolores, Eagle, Fremont, Garfield, Gunnison,Hinsdale, Huerfano, Kiowa, La Plata, Lake, Las Animas, Mesa, Mineral, Moffat, Montezuma, Montrose, Otero, Ouray, Pitkin, Prowers, Pueblo, Rio Blanco, Rio Grande, Routt, Saguache, San Juan, San Miguel Wage Determination No.: 2005-2588Revision No.: 7Date Of Revision: 05/26/2009 - States: Nebraska, Wyoming; Wyoming Statewide Wage Determination No.: 2005-2318Revision No.: 9Date Of Revision: 05/26/2009 - State: Montana; Area: Montana Statewide Wage Determination No.: 2005-2532Revision No.: 9Date Of Revision: 06/10/2009 - State: Utah; Area: Utah Statewide Wage Determination No.: 2005-2362Revision No.: 8Date Of Revision: 05/26/2009 - State: New Mexicol Area: New Mexico Counties of Bernalillo, Catron, Cibola, Colfax, De Baca, Guadalupe, Harding, Los Alamos, McKinley, Mora, Rio Arriba, San Juan, San Miguel, Sandoval, Santa Fe, Socorro, Taos, Torrance, Valencia Wage Determination No.: 2005-2512Revision No.: 10Date Of Revision: 07/22/2009 - States: New Mexico, Texas; Area: New Mexico Counties of Chaves, Dona Ana, Eddy, Grant, Hidalgo, Lincoln, Luna, Otero, Sierra. Texas Counties of Culberson, El Paso, Hudspeth Wage Determination No.: 2005-2432Revision No.: 9Date Of Revision: 07/22/2009 - State: Oklahoma; Area: Oklahoma Counties of Alfalfa, Atoka, Beckham, Blaine, Bryan, Caddo, Canadian, Carter, Cleveland, Coal, Custer, Dewey, Ellis, Garfield, Garvin, Grady, Grant, Harper, Hughes, Johnston, Kingfisher, Lincoln, Logan, Love, Major, Marshall, McClain, Murray, Noble, Oklahoma, Payne, Pontotoc, Pottawatomie, Roger Mills, Seminole, Washita, Woods, Woodward Wage Determination No.: 2005-2518 Revision No.: 13Date Of Revision: 07/22/2009 - States: New Mexico, Oklahoma, Texas; Area: New Mexico Counties of Curry, Lea, Quay, Roosevelt, Union. Oklahoma Counties of Beaver, Cimarron, Texas. Texas Counties of Andrews, Armstrong, Bailey, Borden, Brewster, Briscoe, Brown, Callahan, Carson, Castro, Childress, Cochran, Coke, Coleman, Collingsworth, Comanche, Concho, Cottle, Crane, Crockett, Crosby, Dallam, Dawson, Deaf Smith,Dickens, Donley, Eastland, Ector, Fisher, Floyd, Foard, Gaines, Garza, Glasscock, Gray, Hale, Hall, Hansford, Hardeman, Hartley, Haskell, Hemphill, Hockley, Howard, Hutchinson, Irion, Jeff Davis, Jones, Kent, Kimble, King,Knox, Lamb, Lipscomb, Loving, Lubbock, Lynn, Martin, McCulloch, Menard, Midland, Mitchell, Moore, Motley, Nolan, Ochiltree, Oldham, Parmer, Pecos, Potter, Presidio, Randall, Reagan, Reeves, Roberts, Runnels, Schleicher,Scurry, Shackelford, Sherman, Stephens, Sterling, Stonewall, Sutton, Swisher, Taylor, Terrell, Terry, Throckmorton, Tom Green, Upton, Ward, Wheeler, Winkler, Yoakum, Young Wage Determination No.: 2005-2516Revision No.: 11Date Of Revision: 07/22/2009 - State: Texas; Area: Texas Counties of Austin, Brazoria, Chambers, Colorado, Fort Bend, Galveston, Grimes, Harris, Houston, Jackson, Lavaca, Liberty, Madison, Matagorda, Montgomery, San Jacinto, Trinity, Walker, Waller, Washington, Wharton Wage Determination No.: 2005-2506 Revision No.: 9Date Of Revision: 07/22/2009 - States: Louisiana, Texas; Area: Louisiana Parishes of Calcasieu, Cameron, Jefferson Davis, Lafayette, Vermilion. Texas Counties of Angelina, Hardin, Jasper, Jefferson, Nacogdoches, Newton, Orange, Polk, Sabine, San Augustine, Shelby, Tyler Wage Determination No.: 2005-2522 Revision No.: 10Date Of Revision: 05/26/2009 - State: Texas; Area: Texas Counties of Atascosa, Bandera, Bexar, Comal, De Witt, Edwards, Gillespie, Gonzales, Guadalupe, Karnes, Kendall, Kerr, Kinney, McMullen, Medina, Real, Uvalde, Val Verde, Wilson Wage Determination No.: 2005-2504Revision No.: 9Date Of Revision: 06/29/2009 - State: Texas; Area: Texas Counties of Bastrop, Blanco, Burleson, Burnet, Caldwell, Fayette, Hays, Lampasas, Lee, Llano, Mason, Milam, San Saba, Travis, Williamson
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N1275090040/listing.html)
- Place of Performance
- Address: New Mexico, Colorado, Utah, Texas, Oklahoma, Wyoming, Montana, Arizona<br />
- Zip Code: 87504<br />
- Zip Code: 87504<br />
- Record
- SN01901281-W 20090808/090806235512-3da3bc23f1639cd3e0ffb94fb3c39860 (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 |