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