SOLICITATION NOTICE
99 -- Mobile All Terrain Telescoping 100ft. Tower with Trailer
- Notice Date
- 6/30/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- 55 Broadway; Cambridge, MA 02142
- ZIP Code
- 02142
- Solicitation Number
- DTRT57-05-Q-80144
- Response Due
- 7/8/2005
- Archive Date
- 9/30/2005
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Solicitation No. DTRS57-05-Q-80144 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under Simplified Acquisition Procedures (SAP), FAR Part 13.5. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-04. The NAICS Code is 488190 and the Small Business size standard is $6.0M. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION, COMPETITIVE QUOTES ARE BEING REQUESTED AND AN ADDITOINAL WRITTEN SOLICITATION WILL NOT BE ISSUED. Proposals shall include pricing for the following contract line items (CLINS): CLIN 0001, Mobile all terrain Telescoping 100ft tower with trailer, 1 EA $____; CLIN 0002, Tower wind Load Stress Review Engineering Analysis $____. The Statement of Work is as follows: Background: The Volpe National Transportation Systems (Volpe Center) supports the Federal Aviation Administration (FAA) and National Aeronautical and Space Administration (NASA) Joint Wake Turbulence and Wake Studies Program. Wake turbulence is a major contributor to terminal delays, especially when visual operations are not permitted. Wake turbulence reduces terminal capacity during reduced visibility conditions in a number of ways: (1) Increases the in-trail separation between aircraft and (2) Restricts the use of closely spaced parallel runways (CSPRs) to an equivalent sin gle runway operation. A variety of procedures and technologies appear to be promising at regaining some of this lost capacity, and are being pursued by the FAA, NASA and the Volpe Center. The behavior of wake vortices is affected by atmospheric turbulence. Of the various ways to characterize atmospheric turbulence for wake vortex studies, the most reliable technique is use of an instrumented tower. The Volpe Center is initiating the purchase of a tower suitable for collecting the necessary meteorological data to support an investigation of wake vortex behavior at Denver International Airport. Description of Supplies/Services - Since many of Volpe Center's wake vortex investigations are in an operational airport environment, the tower shall have the following requirements: 1. The tower shall be mobile and all terrain meeting ANSI/TIA/EIA 222-F (Exposure ?C?). A heavy-duty all-terrain trailer shall be included that is designed to carry the tower, its standard equipment and accessories, and the Volpe center?s supplied equipment. It shall meet or exceed the applicable United Stated Federal Vehicle Safety Standard and Regulations. Full size spare tire designed for the heavy-duty all-terrain trailer shall be provided. 2. The supporting trailer shall have a minimum safety factor of 2 with 4 in critical load areas. 3. The tower shall be secure (since the tower is to support weather data collection and will have sensors mounted on it, it shall have the structural rigidity needed to ensure data quality is not compromised by tower movement). 4. Complete tower lock, redundant c abling, heavy-duty telescopic outrigger stabilizing system, and all weather wiring and LED lighting packages shall be provided. 5. The tower shall be able to withstand wind loads typical of the airport operational conditions. The tower needs to be able to sustain 40 knots winds. 6. The tower shall be self-supporting. Also, the tower shall have the capability for further stabilization with the use of multi-level guy cables and ground anchor system. 7. The tower needs to be able to hold up to the weight of 3 high-speed sonic anemometers, 3 three-axes propeller anemometers, a warning light as well as associated cables. (The estimated sensor load is approximately 300 lbs). The tower shall tilt and telescope with the minimum lift capacity of 450 lbs. The tower top plate and mount shall be designed according to the Volpe Center?s requirements. 8. The tower shall be a telescoping type to allow the flexibility of deploying it at an airport location while satisfying the obstruction rule. A min. height shall be 45-50 ft. and the maximum height shall be in the 100-110 ft. range. 9. The tower shall be a lightweight truss type (instead of a mast type) to provide minimum influence from the interaction between tower structure and wind fields on the data. 10. The tower shall have the capability of adding an all weather rated powered cranking mechanism in addition to the manual scheme to allow lowering of the tower. The power supply shall be of 110V/20A/60Hz requirement. 11. The tower shall have lightening protection. Grounding kits include: aerial, copper, ground bar and con nectors. 12. The tower shall have tower top aviation obstruction light with UV protected cable. 13. Hard and soft copies of the training, operating and maintenance manual shall be provided. 14. Tower controls shall be protected with an exterior access locking box enclosure. A deck mounted storage box shall be provided. Structural Safety Engineering Analysis - An independent stress analysis and grounding counterpoise system analysis review by an independent licensed professional engineer shall be performed to determine the appropriateness of the self-supporting tower in conformance to the all-terrain ANSI/TIA/EIA 222-F (Exposure ?C?) requirements for a Volpe Center?s specific load configuration and wind loading. .A written report showing the maximum tower analysis results of each of loading requirement and a PASS/FAIL notice for the Tower configuration shall be done. If a FAIL condition occurs, the vendor shall supply, without additional cost to the government, an appropriate mobile, telescoping, self-supporting Tower substitute. An independent professional engineer shall do the re-analysis of the Tower. The Engineer shall perform a stress analysis and grounding counterpoise system analysis review to confirm the structural integrity and appropriateness of the Tower substitute, according to Volpe Center?s minimum load requirements cited above, at no additional cost to the government. Solicitation provision FAR 52.212-1, Instruction of Offerors-Commercial Items (JAN 2005) is hereby incorporated by reference; the offer must include a copy of the standard commercial warr anty per FAR Clause 52.212-1(b)(5), Terms of any Express Warranty. The Offeror must complete the Offeror Representations and Certifications required in FAR 52.219-1 by using the Online Representations and Certifications Application (ORCA) at the following website: http://orca.bpn.gov. The Offeror is reminded that as of January 1, 2005, it must provide Certifications and Representations online at least annually via ORCA. FAR Clause 52.212-4, Contract Terms and Conditions ? Commercial Items (OCT 2003), is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (APR 2005) are hereby incorporated by reference. The offeror shall acknowledge any modifications to the subject combined synopsis/solic itation by including a signed copy of each modification in its proposal. Modifications and any other document related to this procurement will be available on the Internet. Quotes must be received no later than 2:00 P.M. EST on July 8, 2005 to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Katherine B. Chao, DTS-853, 55 Broadway, Building 4, Room 243, Kendall Square, Cambridge, MA 02142. The Government will award a purchase order resulting from this solicitation to the responsible Offeror, whose offer conforming to the solicitation will represent the best value to the government, considering technical requirements and price. Proposals will be evaluated based on the US Government technical requirements which include the evaluation of t he design integrity of the tower structure, and all terrain heavy trailer, meeting of the description of supplies and services, and the ability to provide an independent, professional engineer?s structural safety analysis. After meeting the above, technical acceptability and cost evaluation will be considered. ATTENTION: The following notice is for informational purposes for Minority, Women-owned, and Disadvantaged Business Enterprises. The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. The maximum line of credit is $750,000 with interest at the prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further i nformation regarding these programs, call the DOT Office of Small and Disadvantaged Business Utilization at (800) 532-1169 or visit their website at http://osdbuweb.dot.gov/. For information concerning this solicitation, contact the contracting official listed above.
- Web Link
-
Volpe Center Acquisition Division home page
(http://www.volpe.dot.gov/procure/index.html)
- Record
- SN00839638-W 20050702/050630211732 (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 |