Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2011 FBO #3550
SOLICITATION NOTICE

99 -- MEO MAST TRAILER COMMUNICATIONS

Notice Date
8/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Division (VA), 1100 Wilson Boulevard, Room 2133, Arlington, Virginia, 22209-3939
 
ZIP Code
22209-3939
 
Solicitation Number
DOL111RQ21338
 
Archive Date
9/6/2011
 
Point of Contact
LESA LLEWELLYN, Phone: 2026939831, Carl V. Campbell, Phone: 2026939839
 
E-Mail Address
LLEWELLYN.LESA.2@DOL.GOV, campbell.carl.2@dol.gov
(LLEWELLYN.LESA.2@DOL.GOV, campbell.carl.2@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION (I) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in 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. (II) This solicitation document is issued as a request for proposal (RFP). Submit written proposals for RFP number DOL111RQ21338. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (IV) This acquisition is set aside 100% for small businesses. The associated NAICS code is 334290. The small business size standard is 750 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial services and/or supplies: 0001 - Pneumatic Mast 5-20 Standard Duty, Non-Locking, 1 each 0002 - Platform, 1 each 0003 - Non-Rotating Base Plate, 1 each 0004 - External Mounting Hardware, 1 each 0005 - Shelf Bracket (Optional), 1 each 0005 - 3/4-inch Gray Nycoil, 40 each 0006 - Pneumatic System 115VAC, 1/6 HP, 1 each 0007 - One year warranty The period of performance (POP) will be as follows: Date of award to delivery date plus one year warranty period. Delivery of the Mast and Components shall not exceed two (2) months from date of award. Warranty shall be a period of one year. (VI) Description of requirements is as follows: The Mine Safety and Health Administration (MSHA) uses a vehicle mounted mobile satellite-based local area network (LAN) to provide voice and data connectivity back to the MSHA Wide Area Network (WAN) during mine emergencies. The LAN connects to the MSHA WAN via the Verizon Satellite Network. The mobile LAN provides both wired and wireless connectivity at the mine site for authorized MSHA personnel. MSHA has acquired all of the equipment required for the mobile LAN including one MSHA Mine Emergency Operation MEO) vehicle. MSHA needs a mast that attaches to the outside of the trailer that will rise to heights of 5 to 20 meters in the air. This mast will hold one of the MSHA Wireless Access Points. This Access Point will provide wireless access for all MEO vehicles within the line of site. Objectives: Procure a mast with an air compressor and air storage system for the masts controls. This mast will be installed by MSHA on the MEO Eastern Trailer. This mast will hold an Access Point provided by MSHA during a mine emergency. Scope: MSHA expects the contractor to provide a mast that will rise to at a minimum 5 meters up to 20 meters with an air compressor and controls for the mast. The details of expected materials and equipment are articulated in Part 5. Required Materials: a. 1 Will-Burt 5-20 mast b. Air Compressor and air storage system for masts controls. 1. Pneumatic Mast 5-20 Standard Duty, Non-Locking 2. Platform 3. Non-Rotating Base Plate 4. External Mounting Hardware 5. Shelf Bracket (Optional) 6. 3/4-inch Gray Nycoil 7. Pneumatic System 115VAC, 1/6 HP 8. One year warranty Material and Labor: Contractor shall provide all materials and labor necessary to produce and deliver the finished product (MSHA PEIR MEO Pneumatic Mast, Platform, Non-Rotating Base Plate, External Mounting Hardware, Shelf Bracket, ¾-inch Nycoil, Pneumatic System 115VAC, 1/6 HP for Eastern MEO Trailer). The following services and/or supplies are required under this award. Finished product Mast ready to deploy for communications vehicle based on the previous specifications and delivered FOB Pittsburgh, Pennsylvania. (VII) Date(s) and place(s) of delivery and acceptance and FOB point: Delivery FOB MSHA site/ Vendor manufacturing facility. (VIII) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), applies to this acquisition. (IX) The provision at FAR 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this acquisition. The following evaluation criteria shall be used to evaluate offers: (1) Technical (2) Price The lowest price technically acceptable source selection process is applicable to this acquisition. To be technically acceptable offeror must meet qualification(s) in section VI. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (MAY 2011), with its proposal. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (JUN 2010), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2011) applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (SEP 2006) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (JAN 2011) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following additional FAR clauses are applicable to this acquisition: 52.203-3 GRATUITIES (APR 1984 ) 52.203-5 COVENANT AGAINST CONTINGENT FEES (APR 1984) 52.203-7 ANTI-KICKBACK PROCEDURES (OCT 2010) 52.203-8 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997) 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997) 52.203-11 CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (SEP 2007) 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (OCT 2010) 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008) 52.209-1 QUALIFICATION REQUIREMENTS (FEB 1995) 52.232-1 PAYMENTS (APR 1984) 52.233-1 DISPUTES (JUL 2002) 52.233-2 SERVICE OF PROTEST (SEP 2006) 52.233-3 PROTEST AFTER AWARD (AUG 1996) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (DEC 2010) (XIII) Additional contract requirements: N/A (XIV) Defense Priorities and Allocations System (DPAS): N/A (XV) Offers are due no later than 10:00 A.M. EST on August 22, 2011. All offers must be e-mailed to the attention of Lesa Llewellyn, E-mail: Llewellyn.Lesa.2@DOL.GOV (XVI) Any questions regarding this solicitation should be directed to Lesa Llewellyn at E-mail: Llewellyn.Lesa.2@DOL.GOV.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/ArlingtonVA/DOL111RQ21338/listing.html)
 
Place of Performance
Address: 626 COCHRAN'S MILL RD., BLDG. 151 (MEO), PITTSBURGH, PA 15236, PITTSBURGH, Pennsylvania, 15236, United States
Zip Code: 15236
 
Record
SN02533354-W 20110814/110813000822-b10e626dfe70359d7ff92a40b8c97044 (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.