Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
SOLICITATION NOTICE

58 -- Radio Communications - Arkansas Lakes

Notice Date
8/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Vicksburg Consolidated Contracts Office, Vicksburg, ATTN: ERDC, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912HZ-06-T-ARLAKES
 
Response Due
9/5/2006
 
Archive Date
11/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
For a cleaner, more user-friendly copy of this combined synopsis/solicitation please contact Jack Peterson at Jack.L.Peterson@mvk02.usace.army.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested via this synopsis and a written solicitation will not be issued. Requisition Number W912HZ-06-T-ARLAKES is being issued as a request for quotation (RFQ) with intent to award as a simplified acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. Th is acquisition is a Small Business set-aside under NAICS code 334220 (size standard 750 employees). The US Army Corps of Engineers (USACE), Vicksburg District (MVK), Vicksburg, MS, has a requirement for: 1. Scope. The Contractor shall supply and maintain narrow band analog radio communication systems for DeGray Lake, Lake Greeson and Lake Ouachita. The system for Lake Ouachita will include the Ouachita Project Office and Blakely Power Plant which are co- located at Lake Ouachita. 2. Radio Spectrum. The Contractor shall supply and maintain one transmit and one receive radio frequency for each lake that is licensed by the Federal Communications Commission (FCC). Lake Ouachita, the Ouachita Project Management Office and Blakely Pow er Plant are co-located and may utilize the same frequencies. Additionally, Lake Ouachita presently utilizes two towers, one of which is not owned by the Corps of Engineers. Simulcast technology has been used in conjunction with two repeaters to provide f or full coverage in the mountainous terrain at this project. The Contractor is responsible for providing full signal coverage and clear communications at Lake Ouachita by whatever means including, if necessary the use of a commercial tower and simulcast o r similar technology. Frequencies and any control systems shall provide clear communications and be such that interference, bleed over or walk on, is minimized among the separate lakes and other private, public and commercial narrow band radio systems. De tails relating to Corps-owned towers are provided as follows: Degray Lake Lat / Lon 34-12-28 N 093-06-13 W Tower Height: 325 ft. Antenna Model: TBD Cable Type: Heliax Cable Size: 1 1/2 inch Cable Length: 350 ft. Lake Greeson Lat / Lon 34-08-50 BN 093-43-09W Tower Height: 270 ft. Antenna Model: TBD Cable Type: Heliax Cable Size: 1 1/2 inch Cable Length: 290 ft. Lake Ouachita Lat / Lon 34-34-18 N 093-12-01-W Tower Height: 100ft. Antenna Model TBD Cable Type: Heliax Cable Size: 1 1/2 inch Cable Length: 120 ft. Available information concerning the tower presently being used near Lake Ouachita that is not owned by the Corps of Engineers is provided as follows. The provision of this information does not mean that a tower will be available to the Contractor at this location. It is the Contractors responsibility to obtain access to an additional tower at his or her expense to provide full signal coverage at Lake Ouachita. Lat / Lon 34-28-22 N 093-36-20 W Tower Height Unknown Antenna Height 80 ft. Antenna Type TBD Cable Type RG8 Cable length 100 ft 3. Quantities. The Contractor shall furnish and install the following radio equipment at the locations specified. Ownership of all supplied equipment shall be retained by the Contractor. The Government will not purchase the supplied equipment. Mobile r adios shall be installed in vehicles and boats. Desktop radios shall be installed in offices. Quantities per location follow: LAKE QUACHITA: Repeater (quantity 2), Base Station Radio (8), Mobile Radio (56), Desktop Radio (0), Hand Held Radio (25); LAKE GREESON: Repeater (1), Base Station Radio (0), Mobile Radio (27), Desktop Radio (0), Han d Held Radio (25); DEGRAY LAKE: Repeater (1), Base Station Radio (8), Mobile Radio (28), Desktop Radio (1), Hand Held Radio (20); BLAKELY DAM: Repeater (0), Base Station Radio (1), Mobile Radio (2); Desktop Radio (0); Hand Held Radio (6); QUACHITA PROJECT OFFICE: Repeater (0), Base Station Radio (1), Mobile Radio (4), Desktop Radio (0), Hand Held Radio (4). 4. Radio Equipment Capabilities - General. The Contractor shall provide single brand and model of analog radio equipment and hardware for each item that meets the following requirements. Different brands will be acceptable for each item provided that al l items are fully functional and compatible with each other. No used or reconditioned equipment will be accepted. a. Full signal coverage for all radio equipment shall be provided within the geographical boundaries each projects. Project maps can be provided if requested. Additional general information and on-line maps of these projects are available by going to A rkansas Region at www.mvk.usace.army.mil/Lakes/main.php. b. The radio system must provide interoperability (communications) capability with all analog communications systems used by local law enforcement and emergency response agencies in the areas surrounding the lakes. None of these agencies utilize loop or trunking technology. 5. Repeaters. Each repeater shall have the capabilities in the following list. a. 100-Watt Power Output Amplifier b. 12.5 channel spacing. c. Dual Power Supplies/ 100% continuous duty. d. Frequency Range (132-174 KHz.) e. Audio Sensitivity( -20 dBm to 0dBm ) f. Audio Distortion (Less than 3% at 1000Hz; 60%RSD g. Maximum Deviation (RSD) +-2.5kHz h. Backup battery-operated power supply with sufficient capacity to operate the repeater for one hour during power outages. 6. Base Station Radios. Each base station radio shall have the following capabilities and features: a. Not less than 90 talk groups b. Transmit time-out timer c. Voice-Operated Transmit d. Dual Priority Scan e. Revert Scan f. Scan Talk Back g. 12.5 Channel Spacing h. Frequency Range (132-174 KHz.) i. Audio Sensitivity( -20 dBm to 0dBm ) j. Audio Distortion (Less than 3% at 1000Hz; 60%RSD k. Maximum Deviation (RSD) +-2.5kHz l. Emergency Encode m. Data Operated Squelch (DDS) n. Effective Radiant Power shall not be less than 65 watts. o. 7.5 Watt External Speaker p. Backlit Alphanumeric Display q. Frequency Satiability +/-2.5ppm r. Desk Microphone and connector cable. s. Base Tray t. Appropriate AC/DC power converter 7. Mobile Radios. Each mobile radio shall have the following capabilities and features: a. Not less than 90 talk groups. b. Transmit time-out timer c. Voice-Operated Transmit d. Dual Priority Scan e. Revert Scan f. Scan Talk Back g. Emergency Encode h. Data Operated Squelch (DDS) i. 12.5 Channel Spacing j. Frequency Range (132-174 KHz.) k. Audio Sensitivity( -20 dBm to 0dBm ) l. Audio Distortion (Less than 3% at 1000Hz; 60%RSD m. Maximum Deviation (RSD) +-2.5kHz n. Effective Radiant Power equal to or greater than 65 watts. o. 7.5 Watt External Speaker p. Backlit Alphanumeric Display q. Frequency Satiability +/-2.5ppm r. Antenna and connecting cable s. Microphone and connecting coil cable 8. Portable Hand-Held Radios. Each hand-held portable radio shall have the following capabilities and features: a. Radio must have up 90 Talk groups. b. Transmit time-out timer c. Voice-Operated Transmit d. Dual Priority Scan e. Revert Scan f. Scan Talk Back g. Emergency Encode h. Cue Tone i. Backlit Alphanumeric Display j. 1800 mAh Lithium-ion battery k. 12.5 Channel Spacing l. Frequency Range (132-174 KHz.) m. Audio Sensitivity( -20 dBm to 0dBm ) n. Audio Distortion (Less than 3% at 1000Hz; 60%RSD o. Maximum Deviation (RSD) +-2.5kHz p. 5 Watt Transmitter q. Frequency Stability .00025% r. Spur Rejection 75dB s. Belt clip / holster t. Antenna 9 Desktop Radios. Each desktop radio shall have the following capabilities and features: a. Four Frequency b. RX/TX Compression c. Intercom, built-in microphone & speaker 10. Services . For repeaters and base stations, the Contractor shall provide on-site service and repairs by factory-trained and certified specialists for all furnished equipment on a 24-hour per day, 7-day per week basis, holidays included. The Contract or shall provide same-day service to base station and repeater equipment at multiple locations concurrently so as to minimize down time. The Contractor shall provide next-day service on all mobile, hand-held and desktop radios. The Contractor shall also have the capability of providing on-site service during adverse weather conditions, including but not limited to snow and ice. The Contractor may replace equipment, in lieu of repair, at his option. The Contractor shall maintain an adequate supply of re placement radios, equipment and parts so there will be no delay in the repair or replacement of equipment. 11. Government-Furnished Equipment and Services. The Government will furnish existing Government-owned radio towers, buildings, and cabling, and antennas for repeater mounting. In the event Contractor provided equipment will not work with Government-fu rnished antennas, the Contactor shall be responsible for replacing antennas on the Government-owned towers at his own expense. The Government will also furnish electric power to all fixed radio equipment at Government-owned facilities. 12. Required Safety Training: Contract personnel who may be performing work on any towers are required to have First Aid, CPR, and Radio Frequency training. Contract personnel who will be climbing towers are also required to have Fall Protection and Adva nced Fall Protection and Rescue training. 13. Safety/Accident Reporting: For all work within the boundaries of Corps of Engineers projects, the Contractor shall provide for the safety and protection of personnel employed in support of this contract. Contractor shall comply with Engineering Man ual (EM) 385-1-1, Safety and Health Requirements Manual. Contractor shall also comply with all Occupational Safety and Health Act (OSHA) regulations. The Contractor shall maintain an accurate record of, and shall report to the Contracting Officer in the manner and on the forms prescribed by the Government, any accident that occurs on Government property. All accidents must be reported within 24 hours of the occurrence. 14. Delivery or Performance. The Contractor shall complete all installations, equipment setup and system activation at all locations within sixty (60) calendar days of from the date of receipt of notice to proceed issued by the Contracting Officer. Duri ng the transition from the Corps-owned radio system the contractor shall configure the new radios to allow communications with the Corps analog radio system on a temporary basis to help minimize the disruptions to communications during the transition perio d. All Corps-owned radio equipment that is replaced shall remain the property of the Government. The Contractor shall provide a transition and equipment installation plan to the Contracting Officer for review and approval prior to commencing work. 15. Site Visit. Offerors are encouraged to visit the projects where the equipment and services are required to assess local conditions and Government-furnished equipment. Site visits may be scheduled by contacting Mr. Jim Young at 501-767-4844, Extensio n 3018. 16. Technical and Administrative Questions. Jack Peterson (601-631-5358) is the POC for all technical and administrative questions concerning this solicitation. All technical questions shall be submitted in writing via email to Mr. Jack Peterson at Jack. L.Peterson@mvk02.usace.army.mil. 17. Product Literature. Offerors shall provide product literature with their proposals for each item that contains suffici ent information and detail to fully demonstrate compliance with the requirements contained in these specifications 18. Invoices. The Contractor shall submit invoices on a monthly basis to the Ouachita Project Office for all services provided. FOB Destination. Delivery is to be made per the dates and locations stated in the above specifications. The government intends to award a firm fixed price contract with a one year base period and two option years. Quotes submitted shall identify monthly price, total price for each year, and grand total price for all three years. The following criteria will be used to evaluate and determine the best value quote: 1) Price, and 2) Past Performance. Price is most important. Past Performance is significant ly less important than Price. This is a best value procurement as defined in FAR 2.101. Government reserves the right to award to other than the lowest price quote. For a quote to be eligible for award it must meet the minimum requirements as outlined i n the SOW. Price will be evaluated based on the grand total price for all three years (price of the base year plus the price of each of the two option years). Past Performance will be evaluated based on the offerors demonstrated performance in contract of similar size, scope, and complexity. Past Performance is defined as a measure of how well the offeror has performed and satisfied its customers in accordance with the SOW. The governments evaluation of the offerors Past Performance shall be a subjective assessment based upon information supplied by the offeror and information obtained from references. Government reserves he right to obtain and use past per formance information through other sources known to the Government. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offerors lack of experience is an unknown risk, having no favorable or unfavorable impact on the evaluation. Offerors are encouraged to provide a description of up to two projects that have been completed similar in scope to this SOW. Offerors shall provide references associated with each project to include company name, contract number, contract value, technica l and contracting points of contact (with phone, fax and email for each). FAR Provision 52.212-1, Instructions to Offerors  Commercial Items, applies to this acquisition. FAR Provision 52.212-2, Evaluation  Commercial, applies to this acquisition. FAR Provision 52.212-3, Offeror Representations and Certifications  Commercia l Items, applies to this acquisition. A completed copy of FAR Provision 52.212-3 shall be submitted with each quotation. FAR Clause 52.212-4, Contract Terms and Conditions  Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Te rms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, applies to this acquisition. Quotes are due 5-Sep-2006 by 1530 hrs (Central Time Zone) at Vicksburg Consolidated Contracting Office, Attention: Jack Peterson, 4155 E ast Clay Street, Vicksburg, MS 39183. Quotes will be accepted via email: Jack.L.Peterson@mvk02.usace.army.mil, fax: 601-631-7263, or mail delivery to the aforementioned address. For information concerning this solicitation contact Jack Peterson at 601-63 1-5358, or use the above email address.
 
Place of Performance
Address: Vicksburg Consolidated Contracts Office, Vicksburg ATTN: ERDC, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN01127764-W 20060830/060828221521 (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.