Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2008 FBO #2574
SOLICITATION NOTICE

59 -- Combined Synopsis / Solicitation for an Airfield Lighting Control System with Bird Cannons.

Notice Date
12/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, ACA, The Americas, ACA Southern Hemisphere Mission Support, ACA Southern Hemisphere Mission Support, 2450 Stanley Road Suite 320, Building 1000 2nd Floor, Fort Sam Houston, TX 78234-7517
 
ZIP Code
78234-7517
 
Solicitation Number
W912CL09T0020
 
Response Due
12/20/2008
 
Archive Date
2/18/2009
 
Point of Contact
John Sensley, 210-295-6129<br />
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. (ii) This Combined Synopsis/Solicitation is issued as a request for quotation (RFQ) W912CL09T0020 set aside 100% to small businesses (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 (iv) The associated NAICS code for this acquisition is 238210 small business size standard in number of employees is 750. (v)Line Item 0001: Qty: 1 each Airfield Lighting Control System as specified in the Performance Work Statement. Price should include all cost associated with purchase and intergration with existing airfield light. Line item 0002: Qty: 2 each Bird Cannons as specified in the Performance Work Statement. Price should include all cost associated with purchase and intergration with existing airfield light system (vi) PERFORMANCE WORK STATEMENT C.1.GENERAL C.1.1.The contractor must provide personnel, equipment, tools, materials, and supervision to install a pilot controlled lighting system (PCLS) and bird and wildlife dispersal systems at Daniel Oduber Quiros International Airport (MRLB) in Liberia, Costa Rica. C.1.2.BACKGROUND INFORMATION. United States Government aircraft operating from Liberia have, on occasion for operational reasons, landed after the airport has officially closed. A great deal of coordination and expense has been required to reopen the airport and illuminate the runway each time this has occurred. Installation of a PCLS, operating in the VHF spectrum (preferably the current tower frequency), would both enhance operational capability and reduce overall operating costs. C.1.2.1.REQUIREMENTS. The PCLS must be tied to a VHF frequency (preferably the current tower frequency) and allow for a minimum of 3 intensities (40, 60, and 100% of full intensity). The variable intensity will allow optimum visibility during an approach and landing into the airport under varying weather conditions. Upon pilot activation, the lights should remain on for a period of no less than 15 minutes. C.1.2.2.Due to the high bird activity at the airport in Liberia after dusk and before dawn, a bird and wildlife dispersal system needs to be installed as well and must work in conjunction with the Pilot Controlled Lighting System. This system (referred to as bird cannons) should be operated on a time delay so as not to discharge immediately upon activation of the Pilot Controlled Lighting. In addition to the PCLS, two bird cannons will be installed in the vicinity of the approach end and the mid-field section of the runway. Activated by the PCLS, the bird cannons would be sequentially fired by propane charges to disperse birds and other wildlife from the vicinity of the runway, prior to the aircraft approach. These systems would address safety of flight issues encountered with high levels of bird activity after dusk and before dawn at the airport. C.1.3.PERSONNEL. C.1.3.1.Personnel performing the installation of the PCLS and bird cannons must possess the requisite technical qualifications as determined by the contractor. No security clearances are required. As the installation is to be performed in Liberia, Costa Rica, contractor personnel, if U.S. citizens, must possess current tourist passports. Spanish language skills are desirable, but not required. C.1.3.1.1.TIME LIMITS. Installation of the PCLS and bird cannons is desired to be completed no later than 1 April 2009, as feasible. The length of time required for the installation is estimated at forty (40) man-hours. Actual hours required are to be determined between the Contracting Officer and the contractor. C.1.4.PHYSICAL SECURITY. No actions are required of the contractor. Physical security of the installation site at Daniel Quiros Oduber International Airport is provided by the Costa Rican National Police. C.1.5.QUALITY CONTROL. C.1.5.1.The contractor shall establish and maintain a complete Quality Control Plan to ensure that the requirements of the contract are provided as specified. One copy of the contractors Quality Control Plan shall be provided to the contracting officer not later than the pre-performance conference. An updated copy must be provided to the contracting officer on the contract start date and as changes occur. C.1.5.2.The plan shall describe the methods for identifying and preventing defects before the level of performance becomes unacceptable. C.1.6.QUALITY ASSURANCE. The government will evaluate the contractors performance under this contract using the method of surveillance specified in the Technical Exhibit. All surveillance observations will be recorded by the government. When an observation indicates defective performance, the COR will obtain the contractors representatives initials on the record of the observation. C.1.6.1.Performance Evaluation Meetings. The contract manager may be required to meet initially with the COR and contracting officer at the beginning of contract performance. Other meetings will be scheduled as needed. The contractor may request meetings whenever a Contract Discrepancy Report is issued. The written minutes of these meetings shall be signed by the contractors manager, contracting officer, and COR. If the contractor does not concur with the minutes he shall state any areas of non-concurrence within one day of receipt of the signed minutes. C.1.7.HOURS OF OPERATION. C.1.7.1.Normal hours. The actual hours during which the contractor will perform the installation of the PCLS and bird cannons will be mutually determined through consultation with the contractor and the airport authorities, so as not to disrupt airport operations. Per subparagraph C.1.3.1.1, the length of time required for the installation is estimated at forty (40) man-hours. Actual hours required are to be determined between the Contracting Officer and the contractor. C.1.7.2.Recognized holidays. None. C.1.7.3.Emergency services. None required. C.1.8.CONSERVATION OF UTILITIES. Not applicable. C.2. DEFINITIONS. C.2.1.STANDARD DEFINITIONS C.2.1.1.Acceptable Quality Level (AQL). The AQL is the maximum percent defective that, for purposes of sampling inspections can be considered satisfactory. C.2.1.2.Contracting Officer. A person duly appointed with the authority to enter into and administer contracts on behalf of the U. S. Government. C.2.1.3.Contracting Officer Representative (COR). An individual designated by the contracting officer to act as his representative to assist in administering a contract. The source and authority for a COR are contained in the written letter of designation. C.2.1.4.Customer Complaint. A means of documenting certain kinds of contract service problems. A government program that is explained to every organization that receives service under this contract which is used to evaluate a contractor performance. C.2.1.5.Defective Service. A service output that does not meet the standard of performance associated with it in the Performance Requirements Summary (PRS). C.2.1.6.Government Property. All property owned or leased to the Government or acquired by the Government under the terms of the contract. Government property includes both Government furnished property and contractor acquired property as defined in FAR 45.101. C.2.1.7.Government Property Administrator. An authorized representative of the Contracting Officer appointed in writing to administer contract requirements and obligations relative to Government Property (FAR 45.101). C.2.1.8.Lot. The total number of service outputs in a surveillance period, as defined in the Performance Requirements column of the PRS. C.2.1.9.Performance Requirement. The point that divides acceptable and unacceptable performance. When the method of surveillance is other than random sampling, the performance requirement is the number of defectives or maximum percent defective in the lot before the government will affect the price computation system in accordance with the Performance Requirements Summary and the Inspection of Services Clause. C.2.1.10.Performance Requirements Summary (PRS). Identifies the key service outputs of the contract that will be evaluated by the government to assure contract performance standards are met by the contractor. C.2.1.11.Quality Assurance. Those actions taken by the government to assure services meet the requirements of the Performance Work Statement (PWS) and all other service outputs. C.2.1.12.Quality Assurance Evaluator. A government person responsible for surveillance of contractor performance. C.2.1.13.Quality Assurance Surveillance Plan (QASP). An organized written document used for the quality assurance surveillance. The document contains specific methods to perform surveillance of the contractor. C.2.1.14.Quality Control. Those actions taken by a contractor to control the performance of services so that they meet the requirements of the PWS. C.2.1.15.Random Sampling. A sampling method in which each service output in a lot has an equal chance of being selected. C.2.1.16.Sample. A sample consists of one or more service outputs drawn from a lot. The number of outputs in the sample is the sample rate. C.2.1.17.Sampling Guide. The part of the surveillance plan which contains all the information needed to perform surveillance of the service outputs by the random sampling method of surveillance. C.2.2.TECHNICAL DEFINITIONS PECULIAR TO THIS PWS. None. C.3.GOVERNMENT FURNISHED PROPERTY AND SERVICES. During the course of the installation, the following property and services will be available to the contractor: C.3.1.Ground transportation in and about Liberia, Costa Rica, during working hours. C.3.2.Spanish translation services, as required. C.3.3.Police and fire protection will be provided while working on site. C.3.4.The Government of Costa Rica will provide the applicable radio frequency for activation of the PCLS. C.4.CONTRACTOR FURNISHED ITEMS AND SERVICES. C.4.1.GENERAL. Except for those items or services specifically stated to be Government furnished in Section C-3, the contractor shall furnish and install everything required to perform this contract. C.5.SPECIFIC TASKS. C.5.1.Conduct site survey at Daniel Oduber Quiros International Airport in Liberia, Costa Rica, to verify feasibility and scope for installation of PCLS and bird cannons. C.5.2.Supply and install one (1) pilot-controlled lighting system to include: one (1) L-854 lighting interface radio controller, one (1) radio controller antenna, one (1) interface panel, and one (1) photo cell. C.5.3.Supply and install two (2) bird and wildlife dispersal systems to include: two (2) Liquid Propane gas cannons, two (2) five-gallon Liquid Propane cylinders, two clock timers (as applicable), and ancilliary hardware as required. C.5.4.Upon completion of installation, demonstrate operability by having U.S. Customs and Border Protection aircraft remotely actuated PCLS and bird cannons via designated VHF frequency. C.5.5.Provide COR with written instructions regarding operation and maintenance of PCLS and bird cannons. C.6.APPLICABLE PUBLICATIONS AND FORMS. C.6.1.Manufacturers schematic and installation instructions for L-854 lighting interface radio controller (as applicable). C.6.2.Manufacturers schematic and installation instructions for radio controller antennae (as applicable). C.6.3.Manufacturers schematic and installation instructions for photo cell. C.6.4.Manufacturers schematic and installation instructions for Liquid Propane Cannons. C.6.5.Manufacturers schematic and installation instructions for clock timers. TECHNICAL EXHIBIT 1-PERFORMANCE REQUIREMENTS SUMMARY TASK DESCRIPTIONPWS PARAGRAPHPERFORMANCE STANDARD Conduct Site SurveyC.5.1Detailed survey to include time/cost requirements Supply and install Pilot-Controlled Lighting SystemC.5.2PCLS installed and operable via remote VHF actuation Supply and install two (2) Bird and Wildlife Dispersal SystemsC.5.3Bird and Wildlife Dispersal Systems installed and operable in conjunction with PCLS Demonstrate PCLS and Bird and Wildlife Dispersal Systems operabilityC.5.4Remote actuation of PCLS and Bird and Wildlife Dispersal via VJF transmission from U.S. Customs and Border Protection aircraft. Provide written instructions for operation, service and maintenance (preventive and emergent) of PCLS and Bird and Wildlife Dispersal Systems C.5.5Operating and maintenance instructions are comprehensible and thorough to COR. TECHNICAL EXHIBIT 2-MAPS AND WORK AREA LAYOUTS TECHNICAL EXHIBIT 4-GOVERNMENT FURNISHED FACILITIES. No government furnished facilities are required or provided for performance of this contract. (vii)FOB DESTINATION: delivery to USMILGRP Costa Rica. (viii)The following provisions apply to this acquisition, FAR 52.212-1 Instructions to Offerors--Commercial (JUN 2008) (ix)FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price will be a more significant evaluation factor than technical, availability and past performance combined. However technical capability of the item offered to meet the Government requirement, availability, and past performance will be weighed in conjunction with price (x) All offers must include a completed copy of the provision at FAR 52.212-3 offeror representations and certifications--commercial Items (JUN 2008) or be completed on the ORCA website. (xi) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (FEB 2007), (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive OrdersCommercial Items (JUN 2008), (xiii) 52.203-3 Gratuities, 52.203-6 -- Restrictions on Subcontractor Sales to the Government Alternate I, (SEP 2006). 52.204-7 -- Central Contractor Registration (APR 2008), 52.211-6 -- Brand Name or Equal (AUG 1999), FAR 52.222-3 -- Convict Labor (JUNE 2003), FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies (FEB 2008), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-22 -- Previous Contracts and Compliance Reports (FEB 1999), FAR 52.222-26 --Equal Opportunity (MAR 2007), FAR 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), FAR 52.222-36 -- Affirmative Action for Workers With Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), FAR 52.232-33 -- Payment by Electronic Funds TransferCentral Contractor Registration (OCT 2003), FAR 52.247-34 -- F.O.B. Destination (NOV 1991), 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate (OCT 2006), FAR 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (MAR 2007), FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006), DFAR 252.204-7003 Control Of Government Personnel Work Product (APR 1992), DFAR 252.232-7003 Electronic Submission of Payment Requests (MAY 2006), DFRA 252.243-7002 Requests for equitable adjustment. DFAR 252.232-7010 Levies on Contract Payments (DEC 2006), DFAR 252.243-7001 Pricing of Contract Modifications (DEC 1991 DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country) (xiv)The full text of clauses and provisions can be accessed at the following web addresses: www.acqnet.gov/FAR and www.acq.osd.mil/dpap/dars/dFARs/index.htm (xv) No applicable number notes (xvi) All offers are due no later than 2:00 PM, Central Standard Time, 20 DEC 2008 via fax (210) 295-6834 or email john.sensley@us.army.mil offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. (xvii)For further information contact MAJ John H. Sensley @ (210) 295-6129.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6708239108a5efd61543c6aacf86f4d2&tab=core&_cview=1)
 
Place of Performance
Address: UNITED STATES MILITARY GROUP (USMILGRP) COSTA RICA MILGRP -SAN JOSE US EMBASSY- SAN JOSE UNIT 2500 APO AE<br />
Zip Code: 3402<br />
 
Record
SN01717208-W 20081213/081211215344-6708239108a5efd61543c6aacf86f4d2 (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.