COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 21, 2001 PSA #2982
SOLICITATIONS
58 -- SYSTEM CONFIGURATION TO ENGINEER, FURNISH, INSTALL, TEST, AND MAKE OPERATIONAL RADIOS AND ANTENNAS
- Notice Date
- November 19, 2001
- Contracting Office
- General Services Administration, Federal Technology Service (FTS), FTS, 7T-5 Oklahoma, 819 Taylor Street, Room 14A02, Fort Worth, TX, 76102
- ZIP Code
- 76102
- Solicitation Number
- 7TF-02-0002
- Response Due
- December 5, 2001
- Point of Contact
- Elaine Lacker, Contracting Officer, Phone (817) 978-6142, Fax (817) 978-4739, Email elaine.lacker@gsa.gov -- Elaine Lacker, Contracting Officer, Phone (817) 978-6142, Fax (817) 978-4739, Email elaine.lacker@gsa.gov
- Description
- 17(i). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, and FAR Part 15, 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!! 17(ii). Solicitation Number 7TF-02-0002 Request for Proposal!! 17(iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01!! 17(iv). This is a full and open procurement under NAICS Code 334220 Radio & TV broadcasting and wireless communications equipment mfg!! 17(v). There are several contract requirements: REQUIREMENT LISTED UNDER 17(vi)!! =20 17(vi). Description: This requirement involves installing and making operational government provided radio equipment and antennas in the Alternate Command Post (Building 989) at Tinker AFB. This Statement of Work (SOW) establishes and defines the system configuration to engineer, furnish, install, test, make operational radios and antennas to include the following equipment: Item 1, Quantity 3 each, Motorola Part Number PRM-500, 01-P35849M001 (This package includes URC-200 Multichannel UHF/VHF radio equipment, 50 Watt option with 300 watt AC power supply and 59 Watt power amplifier, interface box, UXM-100 remoting software, and UVU-200 antenna); Item 2, Quantity 600 feet, Coax cable 7/8"Heliax; Item 3, New Equipment Rack for this equipment. These radios will be used to communicate with aircraft on the ramp and local area. These radios shall be remoted from the transmitter/receiver site (Bldg. 1105) to the Command Post (Bldg. 280) over base telephone cable. Equipment needed to remote these radios from the transmitter/receiver site shall be provided and installed by the Contractor. The Contractor shall interface these radios to the Siemens HICOM 300-E Command Post switch as part of the work required. Antenna installation including required coax and connectors shall be provided and installed by the contractor as part of this installation. The antennas are to be installed on existing towers at the transmitter site. Telephone cable pairs required to remote the radio equipment will be provided by the base. The contractor will provide all other equipment required to remote audio push- to -talk and channel changing. The existing radio equipment (UHF and VHF) shall remain operational for two weeks after installation of the new UHF and VHF radio equipment. The new equipment will utilize existing frequencies. Deliverables: 1) Proposal shall include pricing for each individual item of equipment (VHF and UHF radios, equipment rack, and antennas). 2) Provide timelines/milestone chart that will show start dates as well as estimated completion of the project. =20 17(vii). Desired Period of Performance is furnish and install all items no later than 135 days after receipt of contract. Place of Delivery and Acceptance is: US Air Force, 72 CS/SCXF, 8500 Industrial Blvd., Bldg. 3001G, Room 107, Tinker AFB, Oklahoma 73145, Attn: Maria Taynton, phone 405-739-4282. FOB destination!! 17(viii). Solicitation provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (OCT 2000) is hereby incorporated by reference.!! 17(ix). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (1) Technical (a) Technical capability of contractor to meet the Government requirements. (b) Past Performance (see below) (c) Delivery Terms -- ability to meet required delivery schedule and (2) Price. Factors are listed in their relative order of importance. Past performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the offeror (see below) and any other information the Government may obtain by following up on the information provided by the offeror and/or through other sources (i.e., offeror's performance on previously awarded delivery orders/contracts and/or contracts with other Government entities). The offeror must identify at least one Federal contract or delivery/task order for this client, and any other Federal, state, or local government and private contract or delivery/task order, for which the offeror has performed work similar to the statement of work in this solicitation. References should include the most recent contracts completed within the last two years. The offeror shall provide a point of contact, current telephone number and fax number for each contract. This list is due by the date established for receipt of proposals. 17(x). Offeror's are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (MAY 2001) with its offer.!! 17(xi). Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 2001), is hereby incorporated by reference.!! 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (MAY 2001), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: (b)(5)52.219-8, b)(12)52.222-26, (b)(13)52.222-35, (b)(14)52.222-36, (b)(15)52.222-37, (b)(18) 52.225-1, (b)(19) 52.225-3, (b)(21) 52.225-13, (b)(22) 52.225-15 (b)(25) 52.232-34.!! 17(xiii). Additional Contract Terms and Conditions applicable to this procurement are: (i) N/A (ii) Type of Contract: A firm fixed price, definite quantity, definite delivery contract will be awarded. (iii) Period of Performance: Furnish and install all items no later than 135 days after receipt of contract.!! 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated.!! 17(xv). N/A!! 17(xvi). Signed and dated offers one original must be submitted to GSA, IT Solutions, 7TR, 819 Taylor Street, Room 14A02, Fort Worth, TX 76102-6105, Attn: Elaine M. Lacker, Contracting Officer at or before 4:30 p.m.(CDT), December 5, 2001. Email proposals may be sent to elaine.lacker@gsa.gov at or before the above time and date; facsimile proposals may be submitted to 817-978-4739 at or before the above time and date!! 17(xvii). Contact Elaine M. Lacker at 817/978-6142.!!
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/GSA/FTS/7TRT5/7TF-02-0002/listing.html)
- Record
- Loren Data Corp. 20011121/58SOL004.HTM (D-323 SN5133I5)
| 58 - Communication, Detection and Coherent Radiation Equipment Index
|
Issue Index |
Created on November 15, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|