Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2010 FBO #3304
SOURCES SOUGHT

J -- Communication Maintenance and Repair Services for Grand Teton National Park

Notice Date
12/9/2010
 
Notice Type
Sources Sought
 
Contracting Office
IMR - GRTE - Grand Teton National Park P.O. DRAWER 170 MOOSE WY 83012
 
ZIP Code
83012
 
Solicitation Number
R1460110001
 
Response Due
12/20/2010
 
Archive Date
12/9/2011
 
Point of Contact
Martin D. Hauch Contract Specialist 3077393448 martin_hauch@nps.gov;
 
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
N/A
 
Description
The Department of Interior, National Park Service, Grand Teton National Park, are seeking interested sources that can provide the following Communications System Maintenance and Repair services for the park: The Contractor agrees to assume full responsibility for all maintenance and repair required to maintain the manufacturer's operating specifications (manufactures include Motorola, BK Relm, Thales, Sinclair and Daniels) for the park, except for damage due to water, fire, abuse, or Acts of God. The equipment consists of the following items: all portable, base station, consolette and mobile radios, four fixed location repeaters (Flagg Ranch, Gros Ventre, Signal Mountain primary and secondary), four portable repeaters, and all pagers. The Government may add equipment to be serviced or remove equipment from service during the life of a subsequent contract. The contractor shall provide all necessary labor, equipment, transportation, supervision, inspection, and incidental material (unless otherwise noted in the Performance Work Statement (PWS) to inspect, adjust, maintain, program, repair, and test communication system used at the Grand Teton National Park. Equipment covered is all equipment relating to the operational function of the critical equipment, i.e. communications towers, repeaters, dispatch center consoles that are not otherwise covered under another service agreement, voter receivers, et cetera and additional communication equipment including portable radios and equipment installed in vehicles. The Government will provide, when available, shelter, light, and power at locations where maintenance and repairs are being done, excluding tower sites. Records or other data in the Government's possession deemed pertinent to work being performed under this contract may be provided to the contractor, upon request. Helicopter and over snow transport to inaccessible and remote locations for the purpose of repair or servicing work will be arranged by the Contracting Officer's Representative (COR), if necessary.Contractor shall provide all labor, material, equipment, transportation (unless otherwise noted), and supervision to maintain and repair, to the manufacturer's operating specifications, for Government communications equipment. The contractor shall furnish all parts, labor, and equipment necessary for diagnosis, repair, preventative maintenance, and programming support on equipment covered under this contract, maintaining equipment to manufacturer's specified operating parameters. Contractor shall coordinate weekly or a monthly multi day service visits with the COR to service equipment and/or program software when necessary, providing preventative maintenance, programming updates as required, and field repairs. Equipment shall not be removed from the Park without the expressed consent of the Contracting Officer's Representative (COR). Any equipment authorized to be removed from the Park shall be returned within the appropriate agreed upon time to allow for proper repair. Contractor shall provide new parts and materials for use in the repair or maintenance of equipment, equaling or exceeding the quality required by the manufacturer's specifications. Parts from the original manufacturer shall be used. The contractor shall maintain the equipment in accordance with the maintenance procedures specified by the manufacturer. Technicians shall be trained to perform said maintenance by the appropriate manufacturer. The contractor shall, after preventative maintenance or repair of equipment, perform tests to verify equipment operates in compliance with National Telecommunications Information and Administration regulations (NTIA), Federal Communication Commission (FCC) regulations, National Fire Protection Association (NFPA) 1221, manufacturer's specifications, and meets practical requirements of Grand Teton National Park. Results of these tests will be documented on associated work orders and provided to the COR no later than five calendar days after completion. Within 90 days from award of this contract, contractor shall conduct 100% inventory of all equipment covered under this contract. Discrepancies shall be brought to the attention of the COR for review and determination. Contractor shall maintain confidentiality when dealing with public safety, vehicles and equipment, and confidential information. Violations can be cause for contractor's termination. Within five (5) days from award, contractor shall provide to the COR a phone number for contact 24 hours per day, 7 days per week, to be used upon critical equipment failure. This number shall have automated answering/message capability. When stated emergency of critical equipment failure, contractor shall respond by contacting the COR or dispatch messenger within one hour of notification/message. Contractor shall coordinate response and repairs with COR or message dispatch no later than 24 hours after initial notification. All contractor modifications shall have schematic drawings supplied to the COR within five (5) days of modification. This is needed for submission to the files maintained by Grand Teton National Park. Preventative Maintenance and inspection (PMI) will be made on each repeater twice a year and all other equipment at least once annually. The following minimum standards shall be met:A). Applicable tests will be performed to establish NTIA/FCC compliance, the transmitter and/or receiver meets manufacturer's technical specifications, and equipment functions adequate to the needs of Grand Teton National Park. This includes, but is not limited to, power output, frequency, deviation, receiver sensitivity, and modulation. Test results will be documented on the work order and provided to the COR within five (5) calendar days. B). Exterior surfaces will be cleaned. All cables, connectors, knobs, switches, and mounting hardware shall be checked for damage and repaired as required.C). Batteries will be tested and replaced if they do not meet specifications. All recommended replacement batteries will be approved and purchased by GRTE and made available to the contractor for installation as needed. D). All antenna connections and coaxial cables will be checked for proper performance and damage and/or corrosion, and repaired or replaced as needed. E). All fixed equipment is to receive PMI at installed locations. Equipment, including all mobiles and portables, will be made available to the contractor at one location per area for PMI. Locations will be in Moose Radio Shop. The Government will set the time of arrival for the contractor. Any equipment not presented for PMI on the scheduled work date(s) will be inspected during the next PMI inspection. All service, preventative maintenance, and repairs will meet or exceed NTIA, FCC, NFPA 122, and manufacturer specifications. Parts and Components: The contractor shall maintain sufficient stock of all necessary parts and supplies, or have access to area source to ensure prompt replacement and repairs are made to provide continuity of service. Those parts not immediately available shall be ordered and made available within 24 hours unless prior coordination with COR arranges a different suspense. The contractor shall have sufficient test and maintenance equipment to make all tuning adjustments necessary for the effective and efficient operation of the communication system. Frequency, Modulation and Deviation, Power Output and Receiver Sensitivity: Shall be maintained within the limits established by or prescribed by the NTIA and FCC. If no limit or level is established or prescribed by the NTIA or FCC, the limit or level recommended by the manufacturer of the specific unit(s) shall be maintained. Critical Equipment: Response time for service calls on equipment listed shall not exceed five (5) hours from receipt of call by the contractor. The critical equipment will receive continuous service until repaired, or until the COR deems the repair is impossible. Interruption of Service: The Government will notify the contractor in the event of failure of equipment. Failure to provide response and repairs in accordance with the statement of work may result in an adjustment to the contractor's invoice. This adjustment will be negotiated. Service Facility and Technicians: The contractor shall maintain a service facility for the equipment specified in Attachment A. The contractor shall use only Original Equipment Manufacturing (OEM) parts that meet or exceed all factory specifications, and apply a manufacturer's warranty of all parts whenever applicable. Contractor shall have qualified technicians to service equipment in Attachment A. The contractor shall provide written documentation stating qualification, experience and training for servicing equipment specified. Non-Technical Service: The Government retains the right to perform non-technical maintenance and/or repairs of equipment. This may include replacing batteries, replacement of vehicle and portable antennas, replacement of handheld microphones and other minor repairs that do not violate warranty terms. Programming: The Government retains the right to program portable and mobile radios as needed. Services provided are to be performed during the base year of early 2011 for one year with the possibility of four option years. The NAICS code for this procurement is 811213, with a size standard of $7M. Contractors having capabilities necessary to meet or exceed the stated requirements are invited to provide company information in the format of a narrative that demonstrates technical understanding, past performance and experience to Martin D. Hauch, Contract Specialist at: martin_hauch@nps.gov, phone number 307-739-3448, or fax 307-739-3359. Responses should include the following information: company name, address, point of contact, phone number, socio-economic status, provide DUNS number, state if CCR registered. All relevant input is encouraged. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited; no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. The Government reserves the right to consider a small business, 8(a) or any other set aside arrangement as deemed appropriate based on the response for this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/R1460110001/listing.html)
 
Place of Performance
Address: Grand Teton National Park, Moose WY
Zip Code: 830120170
 
Record
SN02341250-W 20101211/101209234011-982c6a61cf77e19ce6398156164efc19 (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.