|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1999 PSA#2414Department of the Air Force, Air Education and Training Command, Luke
AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, AZ, 85309 58 -- UPGRADE TELECOMMUNICATIONS SYSTEM, BARRY M. GOLDWATER RANGE, AZ
SOL F02604-99-R0019 DUE 091499 POC Michael Foster, Contract
Specialist, Phone 6028567179 x259, Fax 6028564992, Email
mike.foster@luke.af.mil -- Al Zero, Specialized Flight Chief
56CONS/LGCV, Phone (623) 856-3432, Fax (623) 856-4992, Email WEB: Visit
this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F02604-99-R00
19&LocID=509. E-MAIL: Michael Foster, mike.foster@luke.af.mil. This is
a combined synopsis/solicitation for commercial items prepared in
accordance with the format in subpart 12.6 as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. This solicitation, No.
F02604-99-Q0586 is issued as a request for quotation (RFQ). This
solicitation document, incorporated provisions and clauses are those in
effect through Federal Acquisition Circular 97-09. Contract Line Item
(CLIN) 0001; NONPERSONAL services to include all labor, parts,
materials, transportation, and equipment necessary to comply with the
following: STATEMENT OF WORK PROJECT: 99-0729, REPLACE RANGE TELEPHONE
SYSTEM, GILA BEND AFB, AZ. This Statement of Work specifies the
responsibilities of the contractor and government for the engineering,
procurement, installation, test and acceptance of a Digital Microwave
telephone system for replacement of the existing Barry Goldwater Range
Granger 6018-3A/24 Analog Microwave Telephone system. The contractor
will provide all labor and materials necessary for the installation of
the replacement equipment. The services will include detailed site
engineering with preparation of the necessary installation
specifications and drawings as required plus installation, alignment
and system acceptance. The replacement equipment must interface with
the existing Northern Telecom SL1 telephone system at Gila Bend AFB to
provide voice capability to all equipment locations. The contractor
will also provide all labor, equipment, and materials necessary to
remove existing equipment being replaced. Disposition of the existing
equipment, once removed, will be the responsibility of the government.
The contractor will install equipment in the locations specified and
provide the necessary rack and associated equipment necessary for
installation. Contractor will propose a total turn-key digital
redundant system including, but not limited to, transmit/receive full
duplex microwave units with redundant power supplies, antennas (2GHz
parabolic, plane polarized, vertical mount, with 7/8inch heliax
non-pressurized wave guide and new connectors, or equivalent), cabling,
racks and other necessary equipment. Antennas and wave guides will be
mounted on existing towers/poles. The system will be designed and have
the capability of 96 (Nx64kBps) channels with 3.5 MHz RF bandwidth
capable of supporting 8 T-1s, (Prefer 16 QAM narrow band version
equipment with DSX N' if available). Equipment racks will be securely
mounted on a concrete floor and will conform to mil/EIA standards. All
power supply and microwave units must be rack mounted.
Maintenance-free back-up batteries (lead acid batteries are not
acceptable) installed with cabling, with no less than 8 hours
operational back-up time, will be provided. Quick disconnect cabling is
preferred. Contractor will identify any electrical requirements above
and beyond existing electrical/power needed for system installation.
System must be capable of local and remote (Gila Bend) alarm
monitoring. Alarm monitoring system should be PC based and terminated
in building 2008 (Maintenance). If special test equipment is required
for system maintenance/testing, two units must be provided to the
Government. Microwave system will consist of the following locations:
Ranges 1 through 4, Childs Mountain, and main base (Gila Bend). Range
4 will transmit to Range 2. Range 2 will combine Range 4 and Range 2
data and transmit to Childs Mountain. Range 1 will transmit to Childs
Mountain. Childs Mountain will combine Range 2 and Range 1 data and
transmit to main base. Range 3 transmits direct to main base. The
frequencies approved for this system are: Range 2 to Childs Mountain
1714.2 (tx) 1753.0 (rx) Range 3 to Main Base (Gila Bend) 1734.5 (tx)
1774.0 (rx) Range 1 to Childs Mountain 1774.0 (tx) 1734.5 (rx) Range 4
to Range 2 1745.5 (tx) 1839.0 (rx) Childs Mountain to Main Base (Gila
Bend) 1839.0 (tx) 1745.5 (rx) Contractor will provide one (1) on-site
spare equipment kit to include power supply(s), critical component
circuit boards, and other equipment as needed to ensure continued
operation of the system. Contractor will provide a two-year warranty on
all labor, parts, and equipment after acceptance by the Government.
This warranty will be equivalent to, or better than, existing
government depot level maintenance services. Contractor will provide
all engineering documentation to consist of applicable operation and
maintenance manuals, instruction manuals, installation drawings and
manuals, signal flow drawings per site, system level drawings and site
information drawings for the installer and field wiring drawings. The
drawings and manuals will be provided to allow field personnel to
properly maintain the equipment. This same data, after installation,
becomes the property of the government. The contractor will provide
qualified and certified personnel and supervisors who are familiar with
the proposed equipment. The field personnel will possess the proper
class and type of FCC license, as required. A limited amount of
on-the-job training will be provided for the 10 government technicians.
This will mainly consist of classroom training and instruction on the
alignment, test and maintenance of the equipment furnished. The
training will be provided during the alignment and test phases of the
system/equipment. Training classrooms will be government provided.
Contractors interested in bidding this contract are to attend a
Mandatory Site Survey on Tuesday, August 31, 1999, 0800 to 1600.
Company representatives shall report to the Guard Gate, Gila Bend AFB
AZ, which is located approximately five miles southwest of Gila Bend,
Arizona on Highway 85. Reservations must be e-mailed to the Contract
Administrator, mike.foster@luke.af.mil by August 25th, 1999. The name,
social security number, and date of birth must be provided for each
person planning to attend the Site Survey. The performance period will
be 180 days, and the hours of work shall be Mon-Fri 0700- 1600 hours.
Delivery: FOB Destination to Gila Bend AFAF, AZ. The provisions at FAR
52.212-1, Instructions to Offerors -- Commercial Items applies to this
solicitation. 52.212-2 -- Evaluation -- Commercial Items. As
prescribed in 12.301(c), the Contracting Officer has inserted a
provision substantially as follows: (a) The Government will award a
contract resulting from this solicitation to the technically acceptable
low responsible offeror whose offer conforming to the solicitation will
be most advantageous to the Government, price and other factors
considered. The following factors shall be used to evaluate offers: (i)
technical capability of the item offered to meet the Government
requirement; (ii) price; (iii) past performance (see FAR 15.304). FAR
15.304(e)(3) Technical and past performance are significantly less
important than price. Technical and past performance, when combined,
are equal when compared to price. (b) A written notice of award or
acceptance of an offer, mailed or otherwise furnished to the successful
offeror within the time for acceptance specified in the offer, shall
result in a binding contract without further action by either party.
Before the offer's specified expiration time, the Government may accept
an offer, whether or not there are negotiations after its receipt,
unless a written notice of withdrawal is received before award.
Offerors shall include with the submission of their offer a completed
copy of the provision at FAR 52.212-3, Offeror Representations and
Certifications -- Commercial Items. The clause at FAR 52.212-4,
Contract Terms and Conditions -- Commercial Items applies to this
acquisition. The clause at FAR 52.212-5, Contract Terms and conditions
Required to Implement Statutes or Executive Orders -- Commercial Items
applies to this acquisition with addenda incorporating FAR clause(s)
52.222-41, Service Contract Act, 52.223-3, Hazardous Material
Identification and Material Safety Data, 52.222-26, Equal Opportunity;
52.222-35, Affirmative Action for Special Disabled and Vietnam ERA
Veterans; 52.222-36, Affirmative Action for Handicapped Workers,
52.223-5, Pollution Prevention and Right-to-Know Information (Feb
1999). The clause at DFARS 252.212-7001, Contract Terms and Conditions
Required to Implement Statutes or Executive orders Applicable to
Defense Acquisitions of Commercial items applies to this solicitation
with addenda incorporating DFARS clause(s) 252.225-7001, Buy American
Act and Balance of Payment Program. To be considered for award, bidders
must also comply with DFARS 252.204-7004, Required Central Contractor
Registration and DFARS 252.232-7009, Payment by Electronic Funds
Transfer. Central Contractor Registration information can be obtained
through the Internet at www.acq.osd.mil/ec or by calling (888)
352-9333. This project is exempt from the Service Contract Act Wage.
Offers shall be submitted in writing and received not later than 4:00
PM local time, 14 September 1999 There is a MANDATORY site visit
scheduled for the time specified in the statement of work.If you have
any questions or concerns, contact SSgt Mike Foster at (602) 856-7179
x 259. All proposals must be e-mailed to mike.foster@luke.af.mil, faxed
to (602) 856-4992, or mailed to 14100 W. Eagle St. Luke AFB, AZ 85309
to the attention of SSgt Mike Foster. Posted 08/18/99 (D-SN369507).
(0230) Loren Data Corp. http://www.ld.com (SYN# 0287 19990820\58-0006.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|