Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2018 FBO #6098
SOLICITATION NOTICE

58 -- PAACS - J&A

Notice Date
8/2/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-18-Q-7016
 
Archive Date
8/31/2018
 
Point of Contact
Joel Sire, Phone: 541-885-6181
 
E-Mail Address
joel.a.sire.mil@mail.mil
(joel.a.sire.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sole Source J&A This is a combined synopsis/solicitation for commercial services 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. This solicitation: W912JV-18-Q-7016 is being issued as a Request for Proposal (RFP). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-101. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 334220 and the small business size standard is 1,250 EMP. The following commercial items are requested in this solicitation: THE INTENT IS TO SET THIS PROCUREMENT ASIDE AS A SOLE SOURCE TO CAMBRIDGE PARK INVESTMENTS LLC DBA GLOBAL DATA SPECIALISTS. CLIN 0001 - Quantity: 1 Each - Tower Unit: P/N GDH7553TS Motorola ACE3600 RTU, Analog Conventional VHF radio, NEMA 4 enclosure, AC power supply, back up battery, (1) 16DI & (1) 16DO modules, AC surge protection, power cable, wetting cable, RTU programming and assembly. Tower Antenna Assembly with 100' coax cable and surge arrestor. One 50 Foot, BAK control panel cable. Includes connectors for DB37 (panel) and 37 pin cannon (at Master Controller Unit). CLIN 0002 - Quantity: 1 Each - BDOC Unit: P/N GDH7553BSV Motorola ACE3600 RTU, Analog Conventional VHF radio, NEMA 4 enclosure, AC power supply, back up battery, (1) 16 DO Module, (1) Mixed I/O module. Fire Operator Panel (Shop Unit) (Cables Included). Antenna Assembly with 100' coax cable and surge arrestor. CLIN 0003 - Quantity: 2 Each - Runway Control Unit: P/N GDH7553CSP Motorola ACE3600 RTU, Analog Conventional VHF radio,, NEMA 4 enclosure, AC power supply, back up battery, Mixed I/O module, AC surge protection, power cable, wetting cable, switch panel, RTU programming and assembly. Audio Visual Alarm, Water Sensor, Heat Sensor, CO Sensor, O2 Sensor, LEL Sensor, Air Pressure Sensor and Control Alarm Enclosure. Control Antenna Assembly with 20' coax cable and surge arrestor. CLIN 0004 - Quantity: 2 Each - Runway Non-Control Unit Includes: P/N GDH7553NCSP Motorola ACE3600 RTU, Analog Conventional VHF radio,, NEMA 4 enclosure, AC power supply, back up battery, Mixed I/O module, AC surge protection, power cable, wetting cable, RTU programming and assembly. Audio Visual Alarm, Water Sensor, Heat Sensor, CO Sensor, O2 Sensor, LEL Sensor, Air Pressure Sensor and Control Alarm Enclosure. Non-Control Antenna Assembly with 20' coax cable and surge arrestor. CLIN 0005 - Quantity: 1 Each - Shop RTU includes: P/N GDH7553SS Motorola ACE3600 RTU, Analog Conventional VHF radio, NEMA 4 enclosure, AC power supply, back up battery,(1) 16DI Module (Spare), (1) 16 DO Module, (1) Mixed I/O module. Fire Operator Panel (Shop Unit) (Cables Included). Antenna Assembly with 60' coax cable and surge arrestor. CLIN 0006 - Quantity: 1 Job - Installation and Engineering Services: General description of the project The following section provides a general overview of the requirements for the project: Provide all labor and equipment to perform installation of new electronic control system for BAK- H runway and tower panel control aircraft arresting system. The electronic control system shall interface with and operate the four new BAK-H aircraft arresting systems installed on the required Runway as designate by the ANG. The Tower Control system shall be wired for one complete runway. The two barriers require radio communication from a centralized station (control tower). Remote Terminal Units (RTU) with radio are required at each of the four barrier locations as well as in the control tower, BDOC and in the ANG Barrier Maintenance shop. A. Quantity: 4 - BAK-H aircraft arresting controls systems (at each runway end location requires removal of existing hardware and the installation of: 1x ACE3600 control and 1x ACE3600 non-control unit enclosure, 2x antenna kit, and the audio/visual alarms with all of the supporting sensors). B. Quantity: 1 - Control Tower (requires removal of existing hardware, installation of 1 x ACE3600 Tower master unit enclosure, 1x antenna kit, 1x Tower Operator control panel with cable). C. Quantity: 1 - Barrier Maintenance Shop (requires removal of existing hardware, installation of 1x ACE3600 Shop enclosure, 1x antenna kit, 1x Fire Monitoring Panel and cable). D. Quantity: 1 - BDOC (requires removal of existing hardware, installation of 1x ACE3600 Shop enclosure, 1x antenna kit, 1x Fire Monitoring Panel and cable). The location of contract performance is as follows: 173 FW Kingsley Field ANGB, Klamath Falls, Oregon 97603 The following provisions and clauses apply to this acquisition: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (DEVIATION 2018-O0013). All proposals shall be sent to SSgt Joel Sire via e-mail at joel.a.sire.mil@mail.mil. Proposals are required to be received no later than 16 August 2018, 12:00 PM PDT. Oral proposals will not be accepted. Collect calls will not be accepted. All proposals must be directly submitted by the firm that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a company with the intention of being awarded "in care of" will not be accepted. FAR 52.212-2 -- Evaluation -- Commercial Items. The Government will award a purchase order 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. The government intends to select the technically acceptable proposal with the lowest evaluated price. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Alternate I. Offerors must fill out and submit completed provision with their proposal. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items. FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.203-19 -- Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. FAR 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 -- Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.219-6 -- Notice of Total Small Business Set-Aside. FAR 52.219-28 -- Post-Award Small Business Program Representation. FAR 52.222-3 -- Convict Labor. FAR 52.222-21 -- Prohibition of Segregated Facilities. FAR 52.222-26 -- Equal Opportunity. FAR 52.222-36 -- Equal Opportunity for Workers With Disabilities. FAR 52.222-50 -- Combating Trafficking in Persons. FAR 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 -- Restrictions on Certain Foreign Purchases. FAR 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-3 -- Protest After Award. FAR 52.233-4 -- Applicable Law for Breach of Contract Claim. FAR 52.252-2 -- Clauses Incorporated by Reference. DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.211-7003 -- Item Unique Identification and Valuation. DFARS 252.215-7008 -- Only one Offer. DFARS 252.225-7031 -- Secondary Arab Boycott of Israel. DFARS 252.225-7050 -- Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism. DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 -- Wide Area WorkFlow Payment Instructions. DFARS 252.232-7010 -- Levies on Contract Payments. DFARS 252.244-7000 -- Subcontracts for Commercial Items. THE INTENT IS TO SET THIS PROCUREMENT ASIDE AS A SOLE SOURCE TO CAMBRIDGE PARK INVESTMENTS LLC DBA GLOBAL DATA SPECIALISTS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-18-Q-7016/listing.html)
 
Place of Performance
Address: Kingsley Field ANGB, Klamath Falls, Oregon, 97603, United States
Zip Code: 97603
 
Record
SN05019557-W 20180804/180802232005-a86db80141d7f83ddc4cd6609566d21d (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.