MODIFICATION
58 -- Cellular Repeater Equipment with Fiber Option
- Notice Date
- 8/15/2014
- Notice Type
- Modification/Amendment
- Contracting Office
- 24290 Doane Mountain Road, Keystone, SD 57751
- ZIP Code
- 57751
- Solicitation Number
- P14PS01375
- Response Due
- 8/20/2014
- Archive Date
- 2/16/2015
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- CANCELLATION NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is P14PS01375 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 750.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-08-20 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Custer, SD 57730 The DOI NPS MWR NEKOTA MABO requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Carrier class cellular extender and repeater equipment; and associated equipment requirements, per specifications: (a) Carrier class cellular extender and repeater for CDMA, GSM, 3G, 4G and AMPs that can extend cellular service from existing cell towers. (b) Must have the ability to extend the cellular network over fiber to provide service in underground cave location. RF to Fiber converter to extend the RF signal over fiber optic cable. (c) Does not require the authorization of cellular service providers or licenses. Must provide license exempt transmission (d) No programming knowledge should be required (e) Supports standard 850, 900, 1800 and 1900mhz cellular service (f) Hardened NEMA enclosure with DC power supply (g) Extreme temperature capability / -30 to +60 Celsius (h) Complete bidirectional service. (This allows for full voice and data applications with no restrictions on the services.) (i) If a cellular phone supports Internet, email, or SMS, the same service must be received over the repeater. (j) Agnostic to the provider and repeats everything in the designated frequency. (k) The main outdoor system must be capable of running from a solar power source. A detailed list of all equipment being offered, along with product brochures, MUST be submitted with proposal. Any proposal received without this information will be considered unresponsive. Prior to delivery of equipment, the successful offeror is required to perform an on-site survey to determine the best location and/or locations for the installation of the equipment. Installation of all equipment will be performed by National Park Service. Survey charge to be included in this line item., 1, EA; LI 002: Optional Requirement - Fiber, per specifications: (A) 1,300 feet Fiber to be run between Repeater mounting pole and nearest building with existing fiber connections. 6 Fiber 62.5/125 ?m OM1 Loose Tube Outdoor Multimode Steel Tape Armored round polyethylene Fiber Optic Cable; Loose Tube, Gel-Free, Single-Jacket, Single-Armored Cable, 6 F, 62.5 ?m multimode (OM1); and (B) 850 feet Fiber to be run from server room down elevator shaft to portal tunnel entrance. Figure-8 Loose Tube, Gel-Free Cable, 12 F, Single-mode (OS2) or Figure-8 Loose Tube, Gel-Free Cable, 12 F, 62.5 ?m multimode (OM1) Each spool of fiber must meet these minimum lengths. Government may/may not purchase option at time of order., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOI NPS MWR NEKOTA MABO intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOI NPS MWR NEKOTA MABO is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The U.S. Department of Interior, National Park Service, Jewel Cave National Monument, Custer, SD, has a requirement for the purchase and delivery of carrier class cellular extender and repeater equipment. This solicitation is being issued as a request for quotes (RFQ), solicitation number P14PS01375. An overview statement of this requirement is included as Attachment #1. A topographic map is included as Attachment #2. This acquisition is set-aside for small business concerns. The NAICS code associated with this request is 334220, the associated small business size standard is 750 Employees. The SBA has granted a class waiver to the 'nonmanufacturer rule' (FAR 19.102(f)), a small business offeror (1) may furnish the supplies of a large domestic manufacturer; (2) may have not more than 500 employees; and (3) is not subject to usual limitations on subcontracting (FAR clause 52.219-14). New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Prior to delivery of equipment, the successful offeror is required to perform an on-site survey to determine the best location and/or locations for the installation of the equipment. Installation of all equipment will be performed by National Park Service. Upon acceptance of the survey, delivery is required to be no more than 30 days after acceptance. Questions regarding this solicitation must be submitted through FedBid. Questions must be received no later than August 13, 2014, 2:00 PM Mountain Time. See Attachment 3 - Clauses and Provisions in full text. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Offeror shall have a current and active status Online Representations and Certifications in SAM. Simplified Acquisition evaluation procedures as set forth by FAR Part 13 will be applied in the evaluation of bids received. The Government will award a contract resulting from this solicitation to the responsible offeror whose bid conforming to the solicitation requirements will be the best value and most advantageous to the Government. Technical Capability and Past Performance, along with Price will be evaluated by comparing bids using an efficient and minimally burdensome process. The Government intends to award without discussions and the Government reserves the right not to make an award at all. The Government anticipates award of a commercial item, firm, fixed-price contract resulting from this solicitation to the responsible offer whose offer conforming to the solicitation is the best value to the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS01375/listing.html)
- Place of Performance
- Address: Custer, SD 57730
- Zip Code: 57730
- Zip Code: 57730
- Record
- SN03467027-W 20140817/140815235352-54cc0f4e0633ba289f25fe30acfe28db (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 |