Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOLICITATION NOTICE

58 -- ANTENNA MATERIALS FOR AIR TRAFFIC CONTROL (ATC) FACILITIES AT PACIFIC AIR FORCE (PACAF) BASES - Attachment 1

Notice Date
4/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT57-10-Q-80074
 
Archive Date
7/7/2010
 
Point of Contact
Rachelle Dorleans, Phone: 617-494-2136
 
E-Mail Address
rachelle.dorleans@dot.gov
(rachelle.dorleans@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
List of Materials This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; no written solicitation will be issued. Solicitation No. DTRT57-10-Q-80074 is issued as a Request for Quote (RFQ). This solicitation is being conducted under Simplified Acquisition Procedures (SAP), FAR Part 13.5 and FAR Part 12. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-40 dated March 23, 2010. The NAICS Code is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, and the Small Business size standard is 750 employees. This solicitation is a small business set aside. The U.S. Department of Transportation, Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is seeking to purchase commercially available radio antennas and other materials to relocate ground-to-air radio transceiver site in accordance with the below statement of work (SOW). The purchase of these parts must fulfill the Volpe Center's needs as described in the below Statement of Work (SOW) and List of Materials (Attachment 1). The Government intends to award a Firm Fixed-Price Purchase Order. This RFQ is a solicitation expected to result in a single award, subject to receipt of an acceptable offer. An award will be made to the source whose quote, conforming to the solicitation and specifications listed in the SOW and Attachment 1, is determined to offer the best value to the Government in terms of the lowest proposed price. The Offeror must include manufacture language (such as descriptive literature) for any equivalent parts proposed for the materials listed in Attachment 1. STATEMENT OF WORK (SOW) - (BEGIN) The United States Air Force (USAF) Pacific Air Forces (PACAF) Command is building new Air Traffic Control (ATC) facilities to replace their aging Radar Approach Control (RAPCON) and Air Traffic Control Tower (ATCT) facilities and upgrading the existing telecommunications infrastructure at several PACAF Bases. Over the next several years PACAF will be constructing new facilities at four air bases in the Asian Pacific area. The Volpe Center has already performed work for PACAF in support of this project at Kunsan Air Base (AB) Korea, Kadena AB Japan, and Yokota AB, Japan. The Volpe Center assumed the lead role in the Engineering, Integration and Installation (EI&I) tasks required to install new consoles in the new RAPCONs and ATCT facilities, complete facility upgrades in preparation for operational use, and conduct detailed site surveys for relocation of equipment and operations as well as the overall equipment and operations relocation under this agreement for the sites mentioned above. The fourth PACAF air base is Osan Air Base, ROK. As part of the facility and infrastructure upgrade, PACAF is relocating a ground-to-air radio transceiver site. This relocation will require a number of antennas and associated materials, all of which can be procured commercially. Materials will be delivered to the following address: FB5294 51 CS SCX, OSAN AB, BLDG 949 Communications sqd, SONGTAN CITY. ATTN: Kucharzak, Kenneth (COMM PHN# 011 82 31 661 5074) OSAN AB 447010 REPUBLIC OF KOREA The Period of Performance for this requirement is 60 (sixty) days after purchase order award. STATEMENT OF WORK (SOW) - (END) Proposal Pricing: The Contractor shall provide pricing on the following item: CLIN 0001- Radio antennas and other materials to relocate ground-to-air radio transceiver site in accordance with the SOW and attached List of Materials (Attachment 1), Quantity: 1 Lump Sum $_____________; Total Price $_______________. Instructions to Offerors: FAR Provision 52.212-1, Instructions to Offerors -Commercial Items (JUN 2008) is hereby incorporated by reference. All responsible sources may submit a proposal which shall be considered by the Agency. Written proposals shall include a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. NOTE: All contractors must be registered in the Central Contractor Registration (CCR) in order to receive an award from the Government. The Offeror's signed offer shall be prepared as either a PDF or Microsoft Word file document and submitted electronically via email to rachelle.dorleans@dot.gov to arrive no later than 2:00 P.M., Eastern Standard Time, on April 15, 2010. Proposals submitted via facsimile or U.S. Mail are not authorized and late responses will not be considered. The Government will not pay for any information received. Solicitation Provisions: All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2009) must be submitted with the offer, an offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (c) through (m) of this provision. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2009), is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2010), is hereby incorporated by reference, additional clauses cited in 52.212-5 that apply to this acquisition are: 52.203-6, 52.214-35, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-16, 52.225-13, 52.232-33, 52.232-34, and 52.222-41. Subparagraph (u) is hereby added in full text as an Addendum to 52.212-4 to read as follows: "(u) CONTRACTOR POLICY TO BAN TEXT MESSAGING WHILE DRIVING a) Definitions. The following definitions are intended to be consistent with the definitions in DOT Order 3902.10 and the E.O. For clarification purposes, they may expand upon the definitions in the E.O. "Driving"¬---- (1) Means operating a motor vehicle on a roadway, including while temporarily stationary because of traffic, a traffic light, stop sign, or otherwise. (2) It does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary. "Text messaging" means reading from or entering data into any handheld or other electronic device, including for the purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication. (See definition in DOT Order 3902.10) (b) In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, October 1, 2009, and DOT Order 3902.10, Text Messaging While Driving, December 30, 2009, contractors and subcontractors are encouraged to: (1) Adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving- (i) Company-owned or -rented vehicles or Government-owned, leased or rented vehicles; or (ii) Privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government. (2) Conduct workplace safety initiatives in a manner commensurate with the size of the business, such as¬--- (i) Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and (ii) Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. (c) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts that exceed the micro-purchase threshold, other than subcontracts for the acquisition of commercially available off-the-shelf items. (End of clause) " Attention: The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Any document(s) related to this procurement will be available on the Internet; these documents will be available on a WWW server, which may be accessed using Web browsers. The WWW address, or URL, of the Volpe Center Acquisition Management Division home page is: http://www.volpe.dot.gov/procure/index.html. Telephone request will not be honored. For information concerning the acquisition, contact the contracting official above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-10-Q-80074/listing.html)
 
Record
SN02115186-W 20100409/100407235144-2045ba6c0607726e51678d65e19067c5 (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.