Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 17,1997 PSA#1803

DOC; Mountain Administrative Support Center; Acquisition Management Division; 325 Broadway MC3; Boulder, CO

59 -- TELESCOPING MAST SYSTEMS SOL 51RANT70C018 POC Procurement Technicians, (303) 497-3221 or Fax (303) 497-3163 E-MAIL: NOAA; MASC Acquisition Management, Joyce.J.Mills@noaa.gov. 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. This announcement constitutes the only solicitation; bids are hereby requested and a written solicitation will not be issued. The solicitation number is 51RANT70C018 and is issued as an Invitation For Bids (IFB). The Institute of Telecommunications Sciences, Spectrum Use and Measurements Group, requires eleven telescoping mast systems including telescoping masts, compressors, bearing sets, remote controls and magnetic switches. The locking, non-rotating telescoping mast system for the FAA RFIMS Project is a commercial item. All of the components, parts, and materials are commercially available. Other than standard commercial practice for this item, we have ten project specific requirements. (1) Compressor: The mast shall use a 12 volt direct current negative ground air compressor to extend the mast segments. The compressor shall not draw more than 20 amperes of current. The electric power cables shall be connectorized where they attach to the compressor for easy attachment and removal. The compressor, in it's normal operating orientation, shall not exceed dimensions of 15 inches of length, 25 inches of width, 24 inches of height. The compressor weight shall not exceed 40 lbs. A handle shall be provided on the top of the compressor to allow the operator to carry it. The base of the compressor shall be a flat surface at least as large as the maximum length and width of the rest of the compressor to provide a stable mounting arrangement on a flat horizontal surface. (2) Total weight less than 200 lbs: The total weight of the mast and its associated equipment shall not exceed 200 lbs. The total gross payload of the vehicle shall not be exceeded. It is critical to stick to its gross vehicle weight limits to insure proper operation. Only 200 lbs. was budgeted for this mast assembly, exceeding this requirement may take away from equipment or personnel payload budgets, or may even compromise the operation of the vehicle. (3) Extended height of at least 40 feet: The maximum total height, when the mast is fully extended, shall be at least 40 feet. The FAA requires a height of up to 40 feet for some of their measurement set-ups. The maximum total height shall not exceed 45 feet. (4) Collapsed height less than 9 feet. The maximum collapsed height of the mast shall be less than 9 feet. The Department of Transportation requirements for maximum highway height clearance is 13 feet. This mast shall be mounted inside the vehicle with its base approximately 18 inches off the ground. In addition, some equipment will be permanently mounted on top of the mast, restricting the mast height even further, down to less than 9 feet to meet the DOT overall height requirement of 13 feet. (5) Nycoil compatibility: The mast shall be compatible with a Nycoil cable arrangement. Other arrangements may damage or break traditional cable configurations. The maximum diameter of the mast including the locking mechanism shall not exceed 9 inches for all lengths between fully retracted and fully extended. (6) Payload capacity of at least 65 lbs. The payload of the fully extended mast shall be at least 65 lbs. Some equipment will be permanently mounted on top of the mast. In addition, various antennas will be mounted on top of that equipment. The weight of this equipment and antennas is 65 lbs. The top of the top section shall be hollow tubing of a length of at least 12 inches. The wall thickness of this tubing shall be sufficient to support a minimum of 65 lbs. of payload. The design of this tube shall permit a 1/4 inch hole to be drilled into it without affecting the normal operation of the mast. (7) Remote control capability: The mast shall have remote control capability. Remote control allows for operation of the mast while being able to view the whole mast. This greatly reduces any safety risk to the operator. For example, the remote control allows the operator toextend the mast from the side or on top of the vehicle while checking for overhead obstructions like power lines. The RFIMS design is required by the Interagency Agreement (IA) to maximize safety for its operators. The remote control shall include controls that allow the operator to extend the mast, hold the current height of the mast, and lower the mast. The cable for the remote control shall be composed of electrical wiring. The length of this cable shall be between 10 and 15 feet inclusive. The end of the cable that attaches to the compressor shall be connectorized for easy connection and disconnection. (8) Magnetic safety switch: The mast assembly shall have a magnetic safety switch. The RFIMS design is required by the Interagency Agreement (IA) to maximize safety for its operators. The switch shall contain a pair of electrical contacts that close when the mast is not in the fully retracted position. (9) Internal mount: The mast shall have internal mount capability. The mast shall be housed inside the vehicle along the vehicle's center line over the rear axle. This mast placement shall insure overall stability of the vehicle. The internal mount shall form a waterproof seal with the vehicle roof at a height of 56 inches. The base of the mast shall allow mounting to a flat horizontal surface. (10) Continuously variable locking height: The mast shall be lockable at any height between fully retracted and fully extended inclusive. Lockable means that the mast will retain its current height after the internal air pressure is released. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-44. This acquisition is unrestricted. Standard Industrial Classification code is 3679. Small business size standard is 500 employees. Delivery schedule: the first three masts shall be delivered within 30 days after Contractor's receipt of a notice of award; the next two masts shall be delivered within 7 days of April 30, 1997; the next two masts shall be delivered within 7 days of August 29, 1997; the next two masts shall be delivered within 7 days of December 31, 1997; and the next two masts shall be delivered within 7 days of April 30, 1998. Delivery shall be F.O.B. Destination to U.S. Department of Commerce, NTIA/ITS.S2, Receiving Department, Bldg. 22, 325 Broadway, Boulder, Colorado 80303-3328. Forms and clauses stipulated herein may be downloaded via the Internet's World Wide Web at the following address: http://www.masc.noaa.gov/masc/masc_prc.html#contract. Interested parties are responsible for accessing and downloading documents from that (or any other) site. Firms who have NO access to the Internet may call (303) 497-3221 and ask for copies to be either mailed or faxed to them. The following provisions and clauses apply to this solicitation: FAR 52.212-1, (provision) "Instructions to Offerors -- Commercial Items"; FAR 52.213-3, (provision) "Offeror Representations and Certifications -- Commercial Items" (NOTE: Offerors shall include with their offers a completed copy of the provision at FAR 52.213-3.); FAR 52.212-4, (clause) "Contract Terms and Conditions -- Commercial Items"; FAR 52.212-5, (clause) "Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items" including the following additional FAR clauses in paragraph (b): 52.203-6, 52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225.3, 52.225-9, 52.225- 19, 52.225-21 and 52.247-64. FAR 52.212-2, (provision) "Evaluation -- Commercial Items" does not apply. Award will be made to the low, responsive and responsible bidder. No other price related factors will be considered except for application of the Buy American Act, if necessary. Bids are due at 3:00 p.m. on March 31, 1997 and shall be mailed to BID DEPOSITORY, DOC, MASC, MC3, Procurement Division, Room 5532, 325 Broadway, Boulder, CO 80303-3328.***** (0071)

Loren Data Corp. http://www.ld.com (SYN# 0353 19970317\59-0001.SOL)


59 - Electrical and Electronic Equipment Components Index Page