SOLICITATION NOTICE
58 -- 70 foot towers for mounting and servicing antennas
- Notice Date
- 12/24/2002
- Notice Type
- Solicitation Notice
- 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-03-0002
- Point of Contact
- Elaine Lacker, Contracting Officer, Phone (817) 978-6142, Fax (817) 978-4739, - Elaine Lacker, Contracting Officer, Phone (817) 978-6142, Fax (817) 978-4739,
- E-Mail Address
-
elaine.lacker@gsa.gov, elaine.lacker@gsa.gov
- Small Business Set-Aside
- Total Small Business
- 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-03-0002 Request for Proposal. 17(iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-10. 17(iv). This is a full and open procurement under NAICS Code 332312 Transmission Tower Sections, Fabricated structural metal, manufacturing. 17(v). There is one contract requirements: REQUIREMENT LISTED UNDER 17(vi). 17 (vi). Requirements: Provide two (2) seventy foot (70 ft.) towers. The tower shall be self-supporting type (no guy wires) steel structure with a platform at the top for mounting and servicing antennas. The tower shall be designed to be shipped knocked down and to be erected in the field using structural bolts only. The tower shall be fabricated in 20 feet (ft.) plus or minus tower sections except that a 10 ft. section shall be provided when required to obtain the required height (i.e., 70 ft.). The members shall be fabricated from pipe, angular, or solid stock. The tower platform shall be large enough to permit installation of 6 antennas with 8 ft. minimum separation. This can be accomplished by providing a square or rectangular platform with retractable support arms in appropriate lengths and locations to provide 8 ft. antenna separation. The minimum area for the tower platform shall be 42 square feet (sq. ft.). Access to the platform shall be gained through a suitable hinged trap door with provision for being padlocked from the bottom. The weight of the trap door shall be 30 pounds or less and it shall be designed to remain open without being held when opened to a partially or fully open position by means of a mechanical device. The trap door system may also be designed to have 2 doors (15 lbs. maximum each). It shall be possible to fully open and close the trap door when entering or leaving the platform without disengaging from the safety climbing device. The minimum clear climbing side opening in the platform shall be 1 foot 3 inches each way from the ladder centerline and 2 foot 6 inches clear opening from the ladder rung to the back of the opening. The platform shall be fabricated from the angle framing members and the floor of the platform shall be fabricated from either expanded metal grating or bar type grating. The floor shall be secured to the framing. The platform shall be provided with guard rail, composed of vertical posts with top and intermediate rail components located 45 inches and 23 inches respectively above the platform floor. The perimeter framing members shall support the rail as well as the required antenna mounting brackets. 17(vii). Desired Delivery Date is no later than six (6) weeks after receipt of contract. Place of Delivery and Acceptance is: Joint Surveillance System Site, 100 FAA Drive, Summerville, SC 29483, Telephone 843-873-5362. 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 (JULY 2002) with its offer. 17(xi). Clause 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2002), 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 2002), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: (b)(5)52.219-8, (b)(11) 52.222-21, (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)(21) 52.225-13, (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: Delivery no later than six (6) weeks 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, FTS, 7T-5, 819 Taylor Street, Room 14A02, Fort Worth, TX 76102-6105, Attn: Elaine M. Lacker, Contracting Officer at or before 2:30 p.m.(CDT), January 15, 2002. 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.
- Place of Performance
- Address: Deliver to:, , Joint Surveillance System Site, 100 FAA Drive, Summerville, SC
- Zip Code: 29483
- Country: USA
- Zip Code: 29483
- Record
- SN00230449-W 20021226/021224213823 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |