MODIFICATION
54 -- Mobile Air Traffic Control (MATC) Tower System
- Notice Date
- 6/27/2011
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-11-R-0201
- Archive Date
- 7/13/2011
- Point of Contact
- Barbara J. Petrzilka, Phone: 7323232067
- E-Mail Address
-
barbara.petrzilka@navy.mil
(barbara.petrzilka@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items authorized under Subpart 13.5 and 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, N68335-11-R-0201, is issued as a competitive Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43. This acquisition is being conducted on a full and open competitive basis. The NAICS code being utilized is 334511, with a small business size standard of 750 employees The following four (4) CLINs, with applicable descriptions/performance requirements, apply: CLIN 0001 - Qty one (1) each Mobile Air Traffic Control (MATC) tower system, delivered to Tinker Air Force Base, Oklahoma City, OK, meeting or exceeding the following requirements: The MATC shall have the following operating capabilities: Three (3) controller positions for ATC operations in tower cab; Plug & Play setup - MATC can be operational within three (3) hours upon site arrival; 360 degree visual for ATC operations - cab glass sloped 15 degrees per FAA spec; Power can be commercial, external generator, or internal generator - auto switchover to provided power source; External water/sewage connection or internal ops with applicable storage tanks and pumps. The MATC system shall have the following capabilities: Three (3) Controller Positions (LOCAL, GRND, FLT/DATA); Three (3) VHF Primary Frequency (LOCAL, GROUND, GUARD) and three (3) UHF Primary Frequency (LOCAL, GROUND, GUARD); One (1) VHF/UHF Backup Transceiver; One (1) 30-90 MHz, FM Transceiver for MilOps; One (1) Spectracom GPS System with clock displays; One (1) DASI, WIND, TEMP/DWPT System with two (2) each displays; One (1) 16-channel Digital Recorder System with 50 DVD RAM Archical Storage disks; One (1) ATC Signal Light Gun; One (1) Critical emergency uninterruptible power; One (1) 12 kW Generator with Auto Switchover and 45 gallon diesel tank; Controller positions will have radio capabilities and: Two (2) Commercial Telephone Lines, and FAA SHOUT & DIAL lines The outside physical dimensions shall be approximately: Forty-seven feet long (47'L) X eight and one half feet wide (8.5'W) X thirteen and one half feet in height (13.5'H). Interior: The cab interior layout shall have separate spaces for an equipment room, a manager's office, and a bathroom. Trailer: Tri-axle steel frame, pulled via tow truck size of 4500 or larger, and shall be capable of military transport via C-17 Globe Master or C-5 Galaxy cargo aircraft. The MATC trailer shall have: One (1) each 12 Kilowatt (kW) backup generator with 50 gallon diesel tank (internal); Stabilizer jacks for mobile tower setup; One (1) each potable water tank (for drinking, etc.); One (1) each non-potable tank (sewage storage); Four (4) each Domore-Lux ATC Electro-static discharge (ESD) controller chairs; Heating, Ventilating, and Air Conditioning (HVAC) system (heats and cools all interior areas); ATC cab window shades; Plastic-View per FAA E-2470b specifications); Fully furnished ATC manager's office (locking desk, file drawers, and executive chair); Easy access (stairs & platform) to entrance with secured entry; Emergency egress in Manager's office; ESD Flooring (Equipment Room) and Commercial grade carpeting (Manager's office); Four (4) underneath storage compartments (for stowing stairs, platform, protective cab glass covers, etc.) The MATC shall contain the following equipment: Mobile Tower, 1 ea.; URC-200 VHF/UHF Transceiver, 1ea.; URC-200, FM (30-90MHZ)VHF/UHF Transceiver, 1 ea.; CM-200V/T VHF Transmitter, 4 ea.; CM-200V/R VHF Receiver, 3 ea.; CM-200U/T UHF Transmitter, 3 ea.; CM-200U/R UHF Receiver, 3 ea.; D-4076 VHF Antenna, 3 ea.; D-4077 UHF Antenna, 3 ea.; A-100N, VHF/UHF Onmidirectional Antenna, 1 ea; ATC Signal Light Gun, 1 ea.; 8193 GPS Clock System, includes 2 displays, 1 ea.; ATIS Voice Announcer System, 1 ea.; PL3200, 16-CHANNEL Digital Recorder, 1 ea.; Multi-media storage for Recorder System, 50 ea.; headset, H31C/D Starset, 6 ea.; Handset, Walker, PTT w/10' ATC Coiled cord, 3 ea.; microphone, 104-C w/10' ATC Coiled Cord, 3 ea.; Power Unit w/spare batteries, 2 ea.; 4010 Voice Switch Dispatch System, 1 ea.; LMR-400 RF Cable, 150 ea.; 65" Equipment Rack, 3 ea.; Ground Rods, 3 ea.; Lightning Rods, 2 ea.; Strip bays, 3 ea.; Strip Holders, FAA Type 4, 30 ea.; Position Lighting w/Rheostat Control, 3 ea.; 66 Blocks, 6 ea.; UG-1185 "N" Connectors, 16 ea.; OL-202RP Obstruction Light, 1 ea.; Wind Instruments, 1 ea.; Altimeter & Temp/dwpt Setting, 2 ea.; ATT 954 Telephone, 2 ea.; Generator, 12KW with AUTO switchover, 1 ea.; ESD 3312 Chairs, 3 ea.; Misc. Hardware (brackets, wire, etc.), 1 LO CLIN 0002 - Operations and Maintenance Training. The Contractor shall provide nine (9) days of MATC controller and maintenance training at La Macarena, Colombia South America (SA). The Contractor shall provide two (2) Electrical/Electronic Engineers to serve as trainers to safely conduct training in the setup, teardown, and operations and maintenance of the MATC tower. CLIN 0003 - Qty 1 Lot - Travel reimbursement for CLIN 0002 (Cost ONLY), in accordance with Joint Travel Regulations (JTR) CLIN 0004 - Master Project Schedule in accordance with CDRL A001. (Preliminary shall be submitted with proposal) SHIPPING AND DELIVERY: The Contractor shall provide the estimated weight and cube of the entire MATC package to the Contracting Officer's Representative (COR) or his/her designated representative thirty (30) days prior to planned shipment and confirmed weights and cubes of the entire MATC package no more than ten (10) days prior to proposed shipping/DD250 date. Shipment will be Free On Board (FOB) Destination, Tinker Air Force Base, Oklahoma City, OK. Delivery of CLIN 0001 shall be no later than 18 months after contract award. CLIN 0002 shall occur no later than 90 days after delivery of CLIN 001; CLIN 0003 delivery is concurrent with CLIN 0002; CLIN 0004 30 days after contract award; All personnel performing duties OCONUS shall be included in and insured with a policy covering the requirements of the DBA. Costs for the insurance shall be included in the training CLINs. The price proposal shall annotate the dollar amount included for insurance. The following provisions and clauses are applicable to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial Items, is incorporated by reference. FAR 52.212-2, Evaluation - Commercial Items, is incorporated by reference. Addendum 52.212-2 paragraph (a): Award will be made to the lowest price, responsive, responsible offeror conforming to the requirements detailed in this RFP. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with its offer. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, is incorporated by reference. The resulting contract will be Firm Fixed Price, with Travel CLINs Cost reimbursable. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, is incorporated by reference, and the following provisions of the clause apply: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I, 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 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; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restrictions of Certain Foreign Purchases, and 52.247-64, Preference for Privately Owned US Flag Commercial Vessels. In addition to the above, the following DFARS clauses apply to this acquisition: 252.211-7003, Item Valuation and Identification and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items which includes the following clauses: 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7001, Trade Agreements, 252.232-7003, Electronic Submission of Payment Requests, and 252.247-7024, Notification of Transportation of Supplies by Sea. The Contractor proposal shall include at a minimum, the following information: Pricing of the CLINS as outlined above, representations and certifications as outlined above, commercial brochures illustrating the proposed system, proposed interior layout, and installed equipment. The solicitation is hereby revised to extend the closing date pending posting of questions and answers. Offers are due by 3:00 pm EST on 12 JULY 2011 at the Naval Air Warfare Center Aircraft Division, Lakehurst, Attn: Code 2524, Barbara J. Petrzilka, Route 547, Bldg 120, Room 180, Lakehurst, NJ 08733-5082. Electronic and Facsimile offers will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-11-R-0201/listing.html)
- Record
- SN02482805-W 20110629/110627234423-6da60b347d4bb7df4452052c08e83b27 (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 |