Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2003 FBO #0677
SOLICITATION NOTICE

59 -- High-powered lighting for Atlas IIAS Launch

Notice Date
10/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, Bldg 7015, STE 2D 806 13th Street, Vandenberg AFB, CA, 93437-5226
 
ZIP Code
93437-5226
 
Solicitation Number
FA4610-04-T-0001
 
Response Due
10/21/2003
 
Archive Date
11/4/2003
 
Point of Contact
Jisun Kang, Contract Specialist, Phone (805) 606-7610, Fax (805) 606-5867, - Claudia McMorris, Contract Specialist, Phone (805) 606-3033, Fax (805) 922-1703,
 
E-Mail Address
jisun.kang@vandenberg.af.mil, claudia.mcmorris@vandenberg.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The 30th Space Wing, Vandenberg AFB, CA, is soliciting offers to provide High Intensity Lighting for Atlas IIAS MLV-14 to SLC-3E. The contractor will provide all services, non-personal: Contractor to furnish all labor, tools, parts, materials, facilities (no government-furnished property), transportation, supervision necessary to provide high intensity Lighting for Atlas IIAS MLV-14. This is a combined synopsis/solicitation for commercial items 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. Quotes are being requested and a written solicitation will not be issued. The solicitation reference number is FA4610-04-T-0001. This solicitation incorporates Federal Acquisition Circular 2001-09. The North American Industry Classification System Code (NAICS) is 335129 and the size standard is 500 employees. This solicitation is set aside for small businesses. The Department of Labor Wage Determination 94-2063, Revision # 20, CA Santa Barbara applies to this solicitation. Lighting is required to illuminate the entire outside surface of Launch Vehicle 360 degrees to 400-foot candles minimum, for a minimum period of three consecutive hours. Contractor will start setting up equipment approximately 10 days prior to launch. Contractor will need to have completed setup and testing of lights no later than 3 days prior to launch. All setup and testing needs to be coordinated through the Squadron Coordination Center (SCC) and to be conducted on a noninterference basis to launch pad activities. The test will be used to verify remote operability and to focus lights. The estimated launch date is 20 Nov 03 between 0400 and 0800. The official launch time will be given at initial setup. The contractor will be responsible for the loading and unloading of all equipment. The three locations stated for the lights do not require a lot of access during the Atlas IIAS cycle. If the lights interfere with the Government?s requirement to access the sight, they will need to be temporarily removed. Two of the locations will require a vehicle with off-road capability of four-wheel drive. The lights may be able to stay in placed for up to 14 days at the contractor?s discretion, but they may need to be covered to protect them from the environment. The time available for the contractor to move the equipment may vary depending on the activities at the pad. The Government will provide at least two days to move the equipment in or out, but the days may not be consecutive. If the launch is delayed after final testing is complete, and the lights and/or antennas are removed from the lighting locations, they will need to be retested. The test is to ensure that the lights are focused to the proper locations on the vehicle and to confirm that the remote operations for turning the lights on and off is still operable. The contractor will have three locations to position their lights/equipment, as indicated below. SLC-3 East: Atlas IIAS, 165 feet tall and 15 feet in diameter: 1st location is approximately 800 feet from launch vehicle, 2nd location is approximately 700 feet from launch vehicle and 3rd location is approximately 3000 feet from launch vehicle. The Government will determine final lighting position. Generators that operate the equipment will need to operate continuously for a minimum of 3 hours; there is no commercial power available and contractors are required to supply all fuel. Contractor will need to provide statewide portable equipment registration certificates to the Government for all generators brought to Vandenberg AFB. Generator run times and fuel usage need to be reported to the Government after every use. The launch may or may not go as scheduled. The contractor shall be available to operate equipment until a successful launch; this could be from 24 hours to several weeks. If the launch is delayed, the contractor can store the equipment on-site; however they may need to remove the equipment to a lay down area outside of the fence. The requirement to remove the equipment would be driven by the vendor?s need to protect the equipment from the environment, and the required access to the light locations for maintenance. The Government is not responsible for rodent or weather damage. There will only be one launch window per each 24 hours. If the launch is delayed, personnel will not be required to remain on-site. The contractor may, at his discretion, remove equipment from the launch site. If the launch is delayed after the testing period, and the lights and/or equipment is removed from the lighting locations, they will need to be retested. This test will be to ensure that the lights are focused to the proper locations on the vehicle, and to confirm that the remote operation for turning the lights on and off is still operable. Using a remote transmitter, lights need to be turned on and off remotely from 4 miles away at a fallback area, a repeater may also be needed due to terrain. The frequency used for the remote transmitter equipment will need to be approved by the Government prior to use. A frequency of 2.4 GHz has worked in the past. Offerors shall submit the following information with their proposal: 1. The quantity and model number of lights that are going to be used at each location. 2. The data/specification sheets that show the Beam Spread, Beam Lumens and Avg. Candle Power setting. 3. The number, size, location, make and model number of the Generators that will be used. 4. The quantity, location, manufacturer and model numbers of the antennas, transmitters and receivers. 5. The labor required for set-up, teardown, test operation and day of launch operation. 6. A rough schedule showing set-up, test run, day of launch and teardown plans for the lights. The contractor shall be available to perform the services 5 hours before specified launch window and remain for duration of launch window or until launch occurs, whichever happens first. Launch windows may vary from several minutes to several hours. The contractor needs to be on the Entry Authorization Listing to access South Vandenberg AFB, and must be escorted while on the space launch complex. The contractor will need to provide their own escorts. Contractor personnel should also ensure that they have in their possession photo identification. Vehicle operators also require operators license, registration, and proof of insurance. The estimated launch date is 20 Nov 03. If the contractor is notified of a delay prior to the required five-day set-up & testing period, no additional cost will be incurred. There will be one (1) basic line item with two optional line items for delays that may occur while the contractor is on site. Line items will be listed as follows: 0001 - To provide high intensity lighting for Atlas IIAS (SLC which will include all cost for set-up, testing, and lighting for the launch as outlined above. 0002 - (Optional line item) Delays one day to one week when the contractor is notified of delay while on site. This line item will be priced on a daily basis at $_______ per day. 003 - (Optional line item) Delays over one week when the contractor is notified of delay while on site. This line item will be priced on a weekly basis at $_______ per week. A site visit will be held on 9 Oct 03 0800. This site visit is not mandatory, however, it is highly recommended due to the nature of this service. Please send an email to jisun.kang@vandenberg.af.mil or fax to 805-606-5867 with the name of persons who will be attending. The Contractor will be responsible for obtaining all cards, passes, badges, decals or other items required for access to the area or areas in which the work will be performed through the 30th Security Forces Squadron. This service is being procured under, and will be awarded using simplified acquisition procedures in accordance with FAR Part 13. The provision at FAR 52.212-1-- Instructions to Offerors- Commercial Items (Oct 2000) apply to this acquisition. Offerors must submit a completed copy of the provision at 52.212-3 - Offerors Representation and Certification -- Commercial items, (Jul 2002). http://farsite.hill.af.mil. 52.212-2 -- Evaluation -- Commercial Items, (Jan 1999), apply to this acquisition. 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Feb 2002), applies to this acquisition along with the following additional clauses: 52.222-22 -- Previous Contracts and Compliance Reports (Feb 1999), 52.222-25 -- Affirmative Action Compliance (Apr 1984), 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2002) apply to this acquisition. The following clauses apply to this acquisition: 52.222-21-- Prohibition of Segregated Facilities (Feb 1999), 52.222-26 -- Equal Opportunity (Apr 2002), 52.222-35-- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 -- Affirmative Action for Workers With Disabilities (Jun 1998), 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.225-1 -- Buy American Act - Supplies (May 2002), 52.225-3 -- Buy American Act -- North American Free Trade Agreement--Israeli Trade Act (May 2002), 52.225-13 (Dev) -- Restriction on Certain Foreign Purchases (Jul 2003), 52.225-15 -- Sanctioned European Union Country End Products (Feb 2000), 52.225-16 -- Sanctioned European Union Country Services (Feb 2000), 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration (May. 1999) (a) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisition of commercial items or components. 52.222-41 -- Service Contract Act of 1965, as Amended (May 1989), 52.222-44 -- Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Feb 2002), 52.232-18 ? Availability of Funds (funds are not currently available in this acquisition) (Apr 1984) , 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998), 252.225-7007 -- Buy American Act - Trade Agreements - Balance of Payment Program (Oct 2002), 252.225-7036 -- Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program (Mar 1998) (Alternate I (Sep 1999). Offers must be submitted as written responses, mailed, faxed (805) 606-5867, or e-mailed to jisun.kang@vandenberg.af.mil and received no later than 2:00 p.m. PST on 21 Oct 2003 to Jisun Kang, 30 CONS/LGCB, Bldg 7015, 806 13th Street, Suite 2D, Vandenberg Air Force Base, CA 93437. Oral responses will not be accepted. Any questions or comments must be in a written form addressed to Jisun Kang and must be submitted no later than 4:00 p.m. PST on 16 Oct 2003. Each offeror shall sign his/her quote. Responding sources must provide their company name, contact with telephone number, and their signature. Additionally, responding sources must be registered in the Central Contractor Registration at www.ccr.gov. Quote is valid for 60 days from the date of the quote.
 
Place of Performance
Address: Vandenberg AFB, CA
Zip Code: 93437
Country: USA
 
Record
SN00447488-W 20031005/031003213139 (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 |
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.