Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2010 FBO #3148
SOLICITATION NOTICE

Z -- Maintenance, Repair or Alteration of Real Property

Notice Date
7/6/2010
 
Notice Type
Presolicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017810Q1564
 
Response Due
7/19/2010
 
Archive Date
8/31/2010
 
Point of Contact
Kelley Fitzsimmons 540-653-7605 Kelley Fitzsimmons,Voice: 540-653-7605,fax: 540-653-7088
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce Online (NECO) site located at http://www.neco.navy.mil. While it is understood the FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command.The Naval Surface Warfare Center, Dahlgren Division intends to procure, Tower Refurbishment and Cable replacement in accordance with the Statement of Work below.STATEMENT OF WORK for JTIDS Cable Replacement:1. Coordinate with command personnel to secure and tag-out the JTIDS terminals in room 64 and for a man-aloft clearance, so as to gain access to the JTIDS Tower. 2. Disconnect the existing LDF 5-50A cable from low antenna and from the 90 degree connector in the ceiling of room 64, remove and save the existing 90 degree connector for re-installation. 3. Remove and properly dispose of existing 135 foot long LDF 5-50A (7/8" foam dielectric) cable. 4. Disconnect the existing LDF 7-50A cable from low antenna and from the 90 degree connector in the ceiling of room 64, remove and save the existing 90 degree connector for re-installation. 5. Remove and properly dispose of existing 160 foot long LDF 7-50A (7/8" foam dielectric) cable. 6. Procure and install 135 feet of AVA 5-50 to replace removed cable between room 64 and the JTIDS lower antenna. 7. Procure and install new male N-Type connectors on the tower end of the AVA 5-50 cable and replace the 90 degree connector on the room 64 end. 8. Procure and install 160 feet of AVA 7-50 to replace removed cable between room 64 and the JTIDS lower antenna. 9. Procure and install new male N-Type connectors on the tower end of the AVA 7-50 cable and replace the 90 degree connector on the room 64 end. 10. Cables shall be properly secured with the existing ceramic mounts and hardware. 11. Procure and install cable grounding kits for both cable runs. The cable ground cables will be installed just prior to entering the building and two (2) for each cable run between the building and the antenna. The AVA 7-50 and AVA 5-50 cable grounds will be connected to the existing ground loop located on the roof of building 127. 12. All cable grounding connections will be properly weather proofed. 13. Conduct a Time Domain Reflectometer (TDR), Voltage Standing Wave Ratio, and insertion loss test on both newly installed cables and pigtails. (Contractor will provide all required test equipment and connectors adaptors to the performance of the tests). 14. Provide print out of the result from the cables tests to the command representative. 15. After completion of tests on both cables, connect cables to pigtails and to antenna. Weather proof and seal all outside connections with electrical insulating tape, electrical tape, and 3M Scotch Coat Sealer. 16. All work will be coordinated through the project office and/or on site facility manager. 17. When applicable, approved/established electrical lock out tag out procedures will be adhered to. 18. Maintain the work site free of trash and debris. 19. Perform periodic progress inspections and a final acceptance inspection with on site Project office and/or facility manager before final project acceptance sign off. 20. All contract personnel performing the assigned work under this contract shall possess, at minimum, a DOD Industrial Security Clearance of at least SECRET. Contractor requests for visit authorizations shall be submitted in accordance with DOD 5520.2M (Industrial Security Manual for Safeguarding Classified Information) as early as possible and not later than three working days prior to visit (except in cases of urgency). STATEMENT OF WORK for JTIDS Tower Refurbishment: 1.Erect temporary scaffolding around the Joint Tactical Information Data Link System (JTIDS) low tower on Taylor Hall (Bldg 127, Dam Neck Annex). Coordinate all production efforts with the government to avoid operational and safety conflicts. 2.During tower restoration/refurbishment, coordinate with the Dam Neck Annex base fire inspectors to obtain Daily HOT WORK permits. 3.All tower areas with visible surface rust on the legs, cross members, top platform (bottom and top side) will be taken down the bare metal and have 2 coats of ZINC base primer and COLD galvanizing paint applied with a brush on process. 4.Replace all deteriorated cables support brackets and clamps with stainless steel clamps & brackets. 5.All JTIDS antenna transmission cables that have lightning protection ground-cable connections to the JTIDS tower will be cleaned, inspected and reconnected to tower connection. 6.Remove all existing bolts that secure the fiber glass hand rail upright post to the lower tower roof platform. Replace all bolts stainless steel bolts, flats, and lock washers. 7.Clean all roof top areas below the tower of any debris when tower restoration is completed. 8.Maintain the work site free of trash and debris. 9.Perform periodic progress inspections and a final acceptance inspection with on site Project office and/or facility manager before final project acceptance sign off. 10.All contract personnel performing the assigned work under this contract shall possess, at minimum, a DOD Industrial Security Clearance of at least SECRET. Contractor requests for visit authorizations shall be submitted in accordance with DOD 5520.2M (Industrial Security Manual for Safeguarding Classified Information) as early as possible and not later than three working days prior to visit (except in cases of urgency).These items will be acquired utilizing Simplified Acquisition Procedures. The closing date is 10:00 AM ET on 19 JULY 2010. The anticipated award date is 26 JULY 2010. All items are to be priced FOB-Destination, Dam Neck, VA. THE GOVERNEMENT WILL NOT ISSUE A WRITTEN REQUEST FOR QUOTATIONS AS ALL ITEMS ARE IDENTIFIED ON THIS NOTICE. Electronic quote submission is encouraged at kelley.fitzsimmons@navy.mil but the quote may also be faxed to (540) 653-7088. Questions may be submitted to kelley.fitzsimmons@navy.mil or faxed to (540) 653-7088; Telephone#: (540) 653-7605. Please reference RFQ N00178-10-Q-1564 on any correspondence.NSWCDD Procurement Division has implemented Electronic Commerce (EC) in the acquisition area; therefore, this synopsis and any applicable amendments will be available on the World Wide Web at: http://www.nswc.navy.mil/supply. Hard copies WILL NOT be provided. Vendors should regularly access the NSWCDD Web Site to ensure that they have downloaded all amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017810Q1564/listing.html)
 
Record
SN02197354-W 20100708/100706234843-5f814a57591c66791598776efb64a5d4 (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.