Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 10, 2014 FBO #4520
SOLICITATION NOTICE

58 -- RADIO MAINTENANCE Grand Canyon NP, AZ 86023

Notice Date
4/8/2014
 
Notice Type
Presolicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
NPS, IMR - Arizona MABO1824 S Thompson St, Ste 200FlagstaffAZ86001-2694US
 
ZIP Code
00000
 
Solicitation Number
P14PS00727
 
Response Due
5/8/2014
 
Archive Date
6/7/2014
 
Point of Contact
Kimberley Robinson
 
Small Business Set-Aside
Total Small Business
 
Description
**THERE IS A.PDF VERSION OF THIS SOLICITATION AVAILABLE THROUGH FEDCONNECT.net. Search Public Opportunities, Search for Reference Number P14PS00727** This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, and as supplemented with additional information included in this solicitation. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. This solicitation document, and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54, The FAC is available at https://www.acquisition.gov/FAR. The resulting award will be a firm fixed-priced contract, with one base year plus four optional years. The National Park Service (NPS) exercises its right to extend the contract every 12 months for the next 12 months in accordance with the vendor's quote in response to this solicitation. The NPS WILL NOT modify the contract to increase the price due to bidding errors. There will be no formal site visit. Representatives from Grand Canyon National Park will evaluate all proposals for technical acceptability. Past performance will be 60% of the rating, price 40%. The National Park Service shall award this contract to the lowest price technically acceptable. The contractor must accept & perform in accordance with the extended contract and prices listed in the proposal. The anticipated award date for this contract is on or around 15 May 2014. The base year of the contract shall be from the date of award through the next 12 months. The Government reserves the right to not exercise an optional year, and terminate the contract for convenience. For more information about the wonder that is Grand Canyon National Park, please visit www.NPS.gov/GRCA. This procurement is set aside 100% for small businesses under all applicable NAICS codes, including, but not limited to, 811211 & 811213. Each bidder's SAM (www.SAM.gov) record must indicate that the business is small under the applicable NAICS code. If you need help determining if the SBA considers your business small, email KimberleyRobinson@nps.gov with your companys DUNS number. The business that accomplishes this contract must register, submit all invoices through, and will be paid via, the Invoice Processing Platform by electronic funds transfer to the bank account listed in the vendors SAM record. For more information, and to register, please visit www.IPP.gov. Each bidder must provide references for two projects of similar magnitude (such as a long-term maintenance contract for communications equipment) completed, or started and ongoing, within the last 8 years. Quotes must be valid for at least 30 days. The estimated magnitude of this total project is between $25,000 and $100,000. Please submit all questions about this opportunity via email only: KimberleyRobinson@nps.gov. All technical questions will be answered and posted as an amendment to this solicitation on or around 28 April 2014. == FEDERAL ACQUISITION REGULATION CLAUSES == The following Federal Acquisition Regulation clauses (FAR) pertain to this project. These clauses may be viewed in their entirety at WWW.ACQUISITION.GOV/FAR. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-06 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.211-08 Time of Delivery 52.212-04 Contract Terms and Conditions Commercial Items 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.217-08 Option to Extend Services 52.219-06 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Rerepresentation 52.222-03 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer 52.233-03 Protest After Award 52.237-02 Protection of Government Buildings 52.237-07 Site Visit 52.243-01 Changes Fixed Price Alt II 52.246-04 Inspection of Service Fixed Price 52.249-04 Termination for Convenience of the Government (Services) (Short Form) This contract is subject to the Service Contract Act, Wage Determination Number 2005-2023, revision number 17 dated 19 June 2013. These wages are listed below. The bid due date is THURSDAY, 08 MAY 2014 2300H ET (11:00pm Eastern) via fax or email. The fax number is (928) 637-7005. Email quotes to KimberleyRobinson@nps.gov. Please ensure correct spelling, or emails will venture into cyberspace never to be seen. This office will call or email to verify that we received your companys quote. If you dont hear from us, please email Kim. Late bids are not accepted. Bidders may use their own format, as long as the bid addresses all line items and anything else required in the scope of work. Make sure to include a POC, phone number, email address, and the companys DUNS number. Dont bid late! == LINE ITEMS & BID PACKAGE == Line Item # 1: ♦ BASE YEAR: Radio Maintenance & repeater site installation, IAW SOW. Tentatively 15 May 2014 through 14 May 2015. 1 x LUMP SUM Line Item # 2: ♦ OPTION YEAR #1: Radio Maintenance & repeater site installation, IAW SOW. Tentatively 15 May 2015 through 14 May 2016. 1 x LUMP SUM Line Item # 3: ♦ OPTION YEAR #2: Radio Maintenance & repeater site installation, IAW SOW. Tentatively 15 May 2016 through 14 May 2017. 1 x LUMP SUM Line Item # 4: ♦ OPTION YEAR #3: Radio Maintenance & repeater site installation, IAW SOW. Tentatively 15 May 2017 through 14 May 2018. 1 x LUMP SUM Line Item # 5: ♦ OPTION YEAR #4: Radio Maintenance & repeater site installation, IAW SOW. Tentatively 15 May 2018 through 14 May 2019. 12 x MONTHLY RATE BID PACKAGE must include: Vendors quote with all line items. Quote must include a POC, email address, phone number, DUNS, and company address. References of two projects completed within the past 8 years of similar magnitude and scope with the customers contact information. == SCOPE OF WORK == 1.0 SCOPE This Performance Work Statement describes the services and material required in performing maintenance on the portable, mobile, base radio equipment and specific repeater sites at Grand Canyon National Park, Grand Canyon, AZ 86023 (GCNP). Items covered under this Work Statement include: Maintenance of base, mobile and portable radio equipment, and all associated equipment and ancillary items required for a complete working system at Mt Emma, VT Ridge, O'Leary Peak, and the proposed site, Paria. No map of the locations is available. 1.1 RESPONSIBILITY- GRAND CANYON NATIONAL PARK (THE GOVERNMENT) The Government will provide, when available, shelter, light, and power at locations where maintenance and repairs are being done, excluding tower sites. Records or other data in the Government's possession deemed pertinent to work being performed under this contract may be provided to the contractor, upon request. Helicopter transport to the inaccessible and remote locations for the purpose of repair or servicing work will be arranged and provided by the Park through the Contracting Officer's Representative (COR) or the park's Radio Coordinator, if necessary. 1.2 RESPONSIBILITY- CONTRACTOR a). The contractor shall furnish all parts, labor, transportation (unless otherwise noted) and equipment necessary for diagnosis, repair, and preventative maintenance on equipment covered under this contract, maintaining equipment to manufacturers specified operating parameters, all portable, mobile, base equipment, and all site equipment at Mt Emma VT Ridge, O'Leary Peak, and the proposed site at Paria, that is part of GCNP's communication system. Contractor shall coordinate with the Contracting Officer's Representative (COR) or the park's Radio Coordinator to conduct visits to service equipment, provide preventative maintenance, programming updates and field repairs. The contractor should arrive at the park with all service equipment, tools, and software necessary to provide these services. Service visits will be conducted bi-monthly or on a schedule agreed upon with the COR or the park's Radio Coordinator. Equipment shall not be removed from the Park without the expressed consent of the COR or the park's Radio Coordinator. Any equipment authorized to be removed from the Park for repair shall be returned within two weeks (fourteen calendar days). A report will be rendered to the COR or the park's Radio Coordinator on all equipment requiring an additional length of time to repair (beyond two weeks). This report will state the reason(s) for the delay and will give an estimated return to service date. b). Contractor shall provide new parts and materials for use in the repair or maintenance of equipment, equaling or exceeding the quality required by the manufacturers specifications. Parts from the original manufacturer will be used. c). The Contractor shall maintain the equipment in accordance with the maintenance procedures specified by the manufacturer. When possible, technicians shall be trained and certified to perform said maintenance by the appropriate manufacturer. d). The contractor shall, after preventative maintenance or repair of equipment, perform tests to verify equipment operates in compliance with the park's license that is issued by the National Telecommunications & Information Administration (NTIA), Federal Communication Commission (FCC) regulations, National Fire Protection Association (NFPA) 1221, manufacturer's specifications, and meets practical requirements of Grand Canyon National Park. Results of these tests will be documented on associated work orders and provided to the COR or the park's Radio Coordinator no later than five calendar days after completion. e). Contractor shall maintain confidentiality when dealing with public safety, vehicles and equipment, and confidential information. Violations can be cause for the National Park Service to terminate this contract. f). Within five (5) days from award, contractor shall provide to the COR or the park's Radio Coordinator a phone number that is monitored by the contractor 24 hours per day, 7 days per week, including weekends and holidays, to be used upon critical equipment failure. Response time for service calls on critical equipment shall not exceed (4) hours from receipt of call by the contractor. The critical equipment will receive continuous service until repaired, or until the COR or the park's Radio Coordinator deems the repair is impossible. The park uses an encryption key for Law Enforcement communications. This encryption key is maintained in the park's KVL3000 keyloader. All keyloader and key usage must have the direct approval of the COR or the park's Radio Coordinator. No other organization or entity will have access to the key, the parks codeplugs, or frequency information. Access to radio equipment shelters will be coordinated with the COR or the Parks Radio Coordinator. Critical Equipment: Defined as all site equipment at Mt Emma VT Ridge, O'Leary Peak, and the proposed site at Paria, but excludes portable/handheld, base, and vehicle radios. Interruption of Service: Failure to provide response and repairs in accordance with the statement of work may result in an adjustment to the contractors invoice. This adjustment will be negotiated. g). All contractor modifications shall be approved by the COR or the park's Radio Coordinator prior to implementation. The contractor will have schematic drawings on approved modifications supplied to the COR or the park's Radio Coordinator within five (5) days of modifications. h). Contractor will perform Preventative Maintenance and Inspection (PMI) on each piece of equipment at least once annually. The following minimum standards shall be met: 1). The Contractor shall perform applicable tests to establish FCC compliance, ensure that the transmitter and/or receiver meets manufacturer's technical specifications, and equipment functions adequate to the needs of Grand Canyon National Park. This includes, but is not limited to Frequency, Modulation, Deviation, Power Output, and Receiver Sensitivity. Test results will be documented on the work order and provided to the COR within five (5) calendar days. 2) The Contractor shall maintain Frequency, Modulation, Deviation, Power Output and Receiver Sensitivity within the limits established by or prescribed by the FCC. If no limit or level is established or prescribed by the FCC, the limit or level recommended by the manufacturer of the specific unit(s) shall be maintained. 3) The Contractor shall ensure all exterior surfaces are visibly clean. All cables, connectors, knobs, switches, and mounting hardware shall be checked for damage and repaired as required. 4). All antenna connections and coaxial cables will be checked for damage and/or corrosion, and repaired or replaced as needed. 5). All fixed equipment is to receive PMI at installed locations. Equipment, including all mobiles and portables, will be made available to the contractor at one location per area for PMI. 6). The Government will set the time for arrival for the contractor. Any equipment not presented for PMI on the scheduled work date(s) will be inspected during the next PMI inspection. 7). All service, preventative maintenance, and repairs will meet or exceed FCC, NFPA 1221, and manufacturer specifications. i). The contractor shall maintain sufficient stock of all necessary parts and supplies, or have access to area source to ensure prompt replacement and repairs are made to provide continuity of service. Those parts not immediately available shall be ordered and made available within 24 hours unless there has been prior coordination with the COR or the park's Radio Coordinator. The maintenance of portable radios does not include batteries, belt clips, remote speaker microphones, or single unit chargers. j). The contractor shall have sufficient test and maintenance equipment to make all tuning adjustments necessary for the effective and efficient operation of the communication equipment and system. All tools and test equipment will be calibrated, when and if required, in accordance with the tool/test equipment manufacturer's recommended schedule. k). The contractor shall maintain a service facility for servicing radio equipment specified in section (b) above. The contractor shall use only Original Equipment Manufacturing (OEM) parts that meet or exceed all factory specifications, and apply a manufacturer's warranty of all parts whenever applicable. The contractor shall provide written documentation stating qualification, experience and training for servicing radio communications equipment. l) The contractor shall remove old installation ancillary equipment i.e. antennas, feedlines, racks, etcetera after consultation with the COR or the park's Radio Coordinator. m). The contractor will minimize system downtime and will coordinate with the COR or the park's Radio Coordinator for any required system shutdowns. 1.3 EQUIPMENT TO BE MAINTAINED a) The equipment to be maintained under this contract is located at, but not limited to:. ♦ MT. EMMA (8 miles west of Tuweep Ranger Station, North Rim). Tower, antennas, feedlines, duplexers, Daniels repeaters, solar system ♦ VT RIDGE (5 miles north of the North Entrance Station, North Rim). Tower, antennas, feedlines, duplexers, Quantar repeaters ♦ OLEARY PEAK (northeast of Flagstaff, Arizona. May be moved during contract period). Antenna, feedlines, duplexers, Daniels repeater. ♦ PARIA (proposed site near Lees Ferry). Antenna, feedline, duplexer, quanter, or Daniels repeater. ♦ All portable, handheld, base, and vehicle mounted radios displaying a National Park Service property sticker. There are approximately 700 portable, mobile, and base radios throughout the park. These consist of the following, but are not limited to models: Motorola Digital Astro Spectra, Motorola XTL5000, Motorola XTS5000, Motorola XTS3000, Motorola XTS2500, Bendix King DPH5102X, and Bendix King DMH5992X. b). The Contractor understands that equipment will change from time to time as new equipment is procured for replacement or system expansion, and/or older equipment is retired from service. Grand Canyon National Park will provide the Contractor a list of new equipment with dates put into service. c). The Government retains the right to perform minor maintenance and/or repairs of equipment. This may include (but is not limited to) minor repairs that do not violate warranty terms, programming of equipment, and replacement of vehicle and portable antennas.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS00727/listing.html)
 
Record
SN03332962-W 20140410/140409021957-a90c05a8060977d68bfb21e9b586318e (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.