MODIFICATION
J -- Provide radio tower maintenance for Mississippi, Louisiana, and Arkansas sites.
- Notice Date
- 4/5/2007
- Notice Type
- Modification
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- US Army Engineer District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-07-T-0016
- Response Due
- 5/15/2007
- Archive Date
- 7/14/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This procurement is set-aside for total small businesses under NAICS Code 811213 (SIC 7622) with a size standard of $6,000,000.00. The U.S. Army Corps of Engineers, Vicksburg District, proposes to award a simplified acquisition for maintenance and g round support for the Mississippi, Louisiana, and Arkansas radio towers and sites. The following are towers that are to be supported: Mississippi: Arkabutla, Sardis, Enid, Grenada, Culkin, Carrollton, Marathon, and Yazoo City; Arkansas: Lake Greeson, L ake Ouachita, Bismarck, DeGray Lake, and Felsenthal Lock; Louisiana: Monroe, Columbia Lock & Dam, Vidalia, Jonesville Lock & Dam, Boggs Lock & Dam 1, Lock and Dam 2, Lock and Dam 3, Lock and Dam 4, Lock and Dam 5, Thatcher Lock & Dam, and Shreveport. It is anticipated that this contract will begin on or about July 1, 2007, and continue for a period of 1 year. An option of two additional years is included. Services are to include one site visit per tower every four months. Additional visits to tower sit es may be required based on maintenance requirements. A site visit to each tower site must be accomplished within 45 days of the award of this contract. All workers must comply with all local, state, and federal regulations. Contractor shall provide a m aximum four (4) hour response time to all tower sites from notification of required repairs. Contractor must maintain ample repair parts to make repairs on site. All repair and replacement parts/equipment will be paid by the vendor then charged back to t he Government. Replacement parts/equipment should be equivalent to what is presently installed. Each site visit will consist of the following: Clean Building: Contractor is responsible for sweeping and mopping of floors. Most tower sites are remotely l ocated and water is not available. Contractor will be responsible for providing own water supply. Fresh mop water shall be used at each tower site. Spraying For Wasps: Contractor is responsible for spraying buildings for wasps. Contractor shall provi de appropriate insecticide. Service Air Conditioner: Air conditioner filter is to be replaced with new filter; air conditioner will be recharged or, when needed, replaced. Replacement air conditioner will be the same size (length, width, height, depth) as the present air conditioner with equivalent BTU's. Purchasing the same size air conditioner will eliminate having to alter the building. If the air conditioner can not be replaced with the same size, the vendor will have to get prior authorization fr om the COR before purchasing another size. Alarms: Contractor is responsible for generating an alarm condition to test the alarms. This will ensure proper functioning of the Hark USM8 and Hark USM8/32 alarms. Arrestors: Contractor is responsible for c hecking conditions of and replacement of surge arrestors as needed. Relamp Towers/Tower Light Controller: Contractor is responsible for relamping towers once a year. Tower light controller boxes shall be checked for any malfunctions. If any parts in to wer light controller boxes have to be replaced, they are to be replaced with TWR parts. Signage: Vendor is required to determine any missing signage required for each site based on FCC regulations and provide required signage information to the governmen t POC. The government POC will acquire the signage and provide signage to vendor for installation at sites. Signage should be visible at all times. Fence Repairs. Contractor shall be responsible for making repairs to the fences surrounding the towers, buildings, and guy wires where installed. All repairs will be coordinated with the COR prior to being made and shall be repaired utilizing like materials. Roofing: Building roofs shall be repaired as needed to ensure building roofs are weather tight and all equipment located within the tower building is not being damaged by adverse weather conditions. All repairs will be coordinated with the COR prior to b ein g made and shall be repaired utilizing like materials. It is very important that you are registered in Central Contractor Registration (CCR). If you are not registered in the CCR, an award CANNOT be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process. Quotes are due May 15, 2007 not later than 4:30p.m. at the Vicksburg Consolidated Contracting Office, ATTN: Cynthia Brown, 4155 Clay Street, Vicksburg, MS 39183-3435. For information contact Cynthia Brown at (601) 631-7291 or email at Cynthia.m.brown@mv k02.usace.army.mil.
- Place of Performance
- Address: US Army Engineer District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Country: US
- Record
- SN01267354-W 20070407/070405221227 (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 |