Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 09, 2022 SAM #7526
SOURCES SOUGHT

X -- Antenna Tower Space Lease

Notice Date
7/7/2022 7:39:41 AM
 
Notice Type
Sources Sought
 
NAICS
531190 — Lessors of Other Real Estate Property
 
Contracting Office
W6QM MICC-FT RUCKER FORT RUCKER AL 36362-5000 USA
 
ZIP Code
36362-5000
 
Solicitation Number
PANMCC22P0000015074
 
Response Due
7/25/2022 3:00:00 PM
 
Point of Contact
Edwin F. Lee, Phone: 3342551522
 
E-Mail Address
edwina.f.lee.civ@army.mil
(edwina.f.lee.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
INTRODUCTION The MICC � Fort Rucker is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for the lease of commercial antenna tower space in direct support of our trunk radio system for the Motorola radios. The intention is to procure these services on a competitive basis BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Location 0% On-Site Government 100% Off-Site Contractor EODA Tower site Transmit Antenna: 380� Receive Antenna: 400� Latitude:� 31� 18� 56� N (+- .5�� (15M)) Longitude:� 86� 13� 56.5� W (+- .5�� (15M)) Site Elevation:� 361 feet Troy Tower site Transmit Antenna: 90� Receive Antenna: 120� Latitude:� 31� 48� 30.6��N (+- .5��� (15M)) Longitude:� 86� 00� 04.02��W (+- .5��� (15M)) Site Elevation:� 499 feet Dothan Hospital Tower site Transmit Antenna: 80� Receive Antenna: 100� Latitude:�� 31� 15� 16.02��N (+- .5��� (15M)) Longitude: 85� 15� 39.3��W (+- .5��� (15M))� Site Elevation:� 368 feet Off-Site Contractor: 100% for each tower site DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� PROGRAM BACKGROUND The tower lease provides commercial antenna tower space in direct support of the trunk radio system for Motorola radios. The vendor will provide antenna space for a total of six (6) RF Omni-Directional antennas to support the Fort Rucker Land Mobile Radio (LMR) System. The towers will require Century Link access to allow these requirements to be met. Lease of antenna space towers are located in Eoda, Troy, and the Dothan hospital. All three locations are in Alabama. REQUIRED CAPABILITIES The Contractor shall provide antenna space for two RF Omni-Directional antennas at each site to support the Fort Rucker Land Mobile Radio (LMR) System.� Specification for minimum height and coordinates are listed above. Services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: These towers are located with elevation for maximum coverage. These towers are located in remote areas where it is not feasible to install government owned towers. Infrastructure would need to be in place for towers at these locations that would support the needs of the government. The lease of the commercial tower space has to provide direct support of the government trunk radio system for existing Motorola radios. The tower would be required to support existing Century Link. � Personnel and Facility Security Clearances. The contractor will need a secret security clearance for this contract. ELIGIBILITY The applicable NAICS code for this requirement is 531190 with a Small Business Size Standard of $30 Mil. The Product Service Code is X1BA. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A DRAFT PWS is attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 5:00 pm, CST, July 25 2022. All responses under this Sources Sought Notice must be e-mailed to edwina.f.lee.civ@army.mil. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of a base year with 4 one-year options with performance commencing in October 2022. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm Fixed Price (FFP). Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Edwina Lee, in either Microsoft Word or Portable Document Format (PDF), via email edwina.f.lee.civ@army.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7913b80db873445fb6a4e3029c49774e/view)
 
Place of Performance
Address: AL, USA
Country: USA
 
Record
SN06381882-F 20220709/220707230107 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.