SOLICITATION NOTICE
Y -- Multi Channel Radio and Antenna Installation for Remote Observation Site (Bldg at Joint Base McGuire Dix Lakehurst, New Jersey
- Notice Date
- 4/9/2010
- Notice Type
- Presolicitation
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Department of the Air Force, Air Force Space Command, 38 CEG/PK, 4064 Hilltop Road, Tinker AFB, Oklahoma, 73145-2713, United States
- ZIP Code
- 73145-2713
- Solicitation Number
- FA8773-10-R-0076
- Point of Contact
- Tracie Holman, Phone: (405) 734-5056, Cathy D Summers, Phone: (405) 734-5410
- E-Mail Address
-
tracie.holman@tinker.af.mil, cathy.summers@tinker.af.mil
(tracie.holman@tinker.af.mil, cathy.summers@tinker.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 38 CEG/PKE intends to issue a solicitation for construction of Multi Channel Radio and Antenna at the Remote Observation Site (ROS) BLDG 1608 at Joint Base McGuire Dix Lakehurst, New Jersey. 305 AMW/OSS requires alternate UHF and VHF radio communication capability with aircraft in the event of the evacuation of the Air Traffic Control Tower due to natural disasters or power outages. Having an alternate radio communication capability at the ROS Building 1608 allows the Joint Base McGuire Dix Lakehurst (JB MDL) mission to continue under any number of evacuation or communications failure scenarios. This requirement will provide alternate radio communication. JB MDL requires a contractor to Engineer, Furnish, Install, and Test (EFI&T) a new self-supporting thirty foot monopole antenna with solar powered obstruction lighting, lightning protection, grounding, and antenna mounts on a new concrete foundation. This proposed contract is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code proposed for the requirement is 237130. The size standard for NAICS 237130 is $33.5 million. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Award will be made using Lowest Price Technically Acceptable in accordance with FAR Par 15. A solicitation will be electronically posted on or about 26 Apr 10. All notices and any/all amendments will be posted and available for viewing on this site ( www.fbo.gov ). The date and time for the preproposal site visit will be posted here as well. It is the responsibility of interested parties to review this site frequently for the posting of any updates/amendments to the solicitation. No telephone calls or written requests for this solicitation package will be accepted. All questions or comments should be directed electronically to the POCs listed above; no other format will be considered or accepted. All information pertaining to this acquisition, including technical questions and answers shall be provided to the Contracting Officer ONLY to ensure equal distribution of information to interested parties. All prospective offerors interested in submitting proposals must have a Commercial and Government Entity (CAGE) code and must be registered with Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004 in order to receive award. CCR can be obtained at www.ccr.gov. Additionally, all offerors must complete the registration package on the Federal Business Opportunities website, which places them on the solicitation source list. An AFSPC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman, concerned parties should first address their concerns, issues, disagreements, and recommendations to the Contracting Officer for resolution. In addition, AFFARS Clause 5352-9101, Ombudsman, will be included in this acquisition's solicitation and contract. The MAJCOM Ombudsman is the AFSPC/A7K and can be contacted at: 150 Vandenberg Street, Peterson AFB CO 80914, Telephone 719-554-5299; E-mail: A7K.wf@peterson.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/900bf813755b562d7a8fd9a6c5e81f8e)
- Place of Performance
- Address: Joint Base McGuire Dix Lakehurst, New Jersey, McGuire AFB, New Jersey, 08641, United States
- Zip Code: 08641
- Zip Code: 08641
- Record
- SN02117535-W 20100411/100409234531-900bf813755b562d7a8fd9a6c5e81f8e (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 |