Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

58 -- INSPECTION AND REPAIR ON NOAA WEATHER RADIO ANTENNA SYSTEMS AT VARIOUS SITES

Solicitation Number: NWWR4000703184CMM
Agency: Department of Commerce
Office: National Oceanic and Atmospheric Administration (NOAA)
Location: Central Region Acquisition Division
  • Print
:
NWWR4000703184CMM
:
Combined Synopsis/Solicitation
:
Added: February 28, 2007 Modified: March 14, 2007Track Changes
The purpose of this admendment is to extend the date for response due by through March 23, 2007

This is a combined synopsis/request for quote for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Request for Quote (RFQ) from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), for inspection and repair on NOAA Weather Radio (NWR) Antenna Systems at various Weather Forecast Office (WFO) locations throughout the United States. This constitutes the only Request for Quote (RFQ), written quotes are being requested; and a written RFQ will not be issued. DOC, CRAD requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This notice is hereby issued as RFQ No. NWWR4000703184CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses and provisions incorporated into this acquisition shall be: 52.212-1 Instruction to Offerors ? Commercial Items (Sep. 2006), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Nov. 2006), 52.212-4 Contract Terms and Conditions ? Commercial Items (Feb. 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Nov. 2006) (Sections 5, 14, 16, 17, 18, 19, 20, 26, 31, (c) (1) (2) (3) Wage Grade Equivalent is WG-08 http://www.dol.gov/esa/regs/compliance/whd/web/index.htm; ), 52.228-5 Insurance ? Work on a government Installation (Jan. 1997), 52.245-4 Government-Furnished Property (Short Form) (Jun. 2003). FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Feb. 2005), NWS will designate a POC at the time of award, 1352.215-70 Period of Performance (Mar. 2000) {the period of performance of the base year of this contract will be from date of award and continue for a total of up to 12 months}, 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (Mar. 2000) { The Government will award a purchase order resulting from this request to the responsible offeror whose quotation conforming to request results in the best value to the Government, price and other technical factors considered. The following factors shall be used to evaluate quotes: Technical capability; Warranty; Experience with FM broadcast systems; Past Performance; and Price. All factors other than price are equally important to one another. The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed price is realistic, complete and reasonable in relation to the requirements of this request. The Government reserves the right to award to the firm providing other than the lowest priced quote or to the firm with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government}, 1352.215-73 Inquiries (Mar. 2000), 1352.228-70 Insurance Coverage (Mar. 2000), 1352.228-72 Deductibles Under Required Insurance Coverage (Mar. 2000), 1352.245-70 Government Furnished Property (Mar. 2000), 1352.252-70 Regulatory Notice (Mar. 2000). Full text of these CAR clauses is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. Signed and dated quotes may be submitted via fax to (816) 274-6923 or via email to carey.m.marlow@noaa.gov. Quotes must be received on or before 2:00 pm CDT, Friday, March 23, 2007. Quotes submitted in response to this notice must include the following in order to be considered responsive to this request:



1. Technical Proposal. Written documentation that demonstrates the firm?s ability and test equipment to perform required tasks as stated herein. Time Domain Reflectometer or equivalent is needed to perform analysis on the antenna transmission line, and correct any deficiencies that were indicated by the test.



2. Written documentation that demonstrates the firm?s ability to visually inspect and repair antennas as required. Antennas consist of 6xHDB155. If an antenna is replaced it will require the contractor to assemble and install Scala 4XHDB155 with 1 degree down tilt.



3. Written documentation that demonstrates the firm?s ability to conduct an antenna strength measurement plot at the five micro volt points.



4. Written documentation that demonstrates the firm?s experience with FM broadcast systems.



5. Written plan for completion within 12 months inspection and repair of all NWR locations specified in Attachment A.



6. Warranty



7. Proof of Insurance in the amounts specified herein.



8. A list of references including name and telephone numbers of firms to whom the offeror has successfully provided services that are the same or similar to that described herein.



9. A completed price schedule for all line items identified in this notice.



10. FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (completed).



11. Certification of registration in CCR.



This is a firm fixed price request for quote.



DESCRIPTION:



The contractor shall furnish the necessary personnel, material, equipment, services and facilities (except as otherwise specified), to perform the following:



INTRODUCTION:



This solicitation is for the procurement of test inspection and modification of NOAA Weather Radio (NWR) antenna and transmission lines at the locations listed in Attachment A. The test inspection is to determine the specific condition of each NWR antenna system and return each system to full performance capability or return each system to full performance capability.



BACKGROUND:



It has been ten to fifteen years since any preventive maintenance has been performed on these antenna systems. During this time period the antenna systems have gradually deteriorated in performance degrading the quality and coverage of public service provided.



The NWR antenna systems at these sites generally consist of either a Celwave or SWR PD-1500-8-eight bay Omni Directional antenna or a Celwave or SWR PD1500-4 four bay Omni Directional antenna. These antennas are connected to the associated NWR VHF transmitter via coaxial transmission lines (RG333) and appropriate connectors.



SCOPE:



The contractor shall test inspect and repair the NWR antenna and transmission as required.



TASKS:

The following tasks shall be performed at each location listed in Attachment A.

a) Conduct a physical inspection of the transmission line to insure correct attachment to the tower structure. Correct any deficiencies identified by the inspection.

b) Conduct a physical inspection of each antenna element for broken, bent misorientation, and proper spacing. Correct any deficiencies identified by the inspection.

c) Conduct a physical inspection of the antenna phasing harnesses. Correct any deficiencies identified by the inspection.

d) Conduct a physical inspection of all connectors for moisture intrusion. Clean and reseal as required.

e) Conduct an antenna signal strength measurement plot at the five microvolt point. Provide the signal strength plot to the Central Region Electronics Program Manager.



SPECIAL CONDITIONS:

a) Government Furnished Material (GFM)

The following equipment and parts will be supplied (as necessary) by the NWS to the contractor at the performance location:

1) Antenna dipole elements, power dividers, and phasing harness.

2) Grounding kits.

3) Coaxial cable and connectors.

4) Miscellaneous hardware, cable hangers, appropriate nuts and bolts.



The GFM when identified and requested by the contractor will be provided to the contractor either through the NWS National Logistic Support Center (NLSC), the NWR Program Manager, or local procurement. The GFM will be provided to the contractor by the most expeditious method of shipment consistent with the contractor schedule. The contractor is not required to off-load the GFM at the performance location. The Contractor shall return to the Government the items replaced by GFM provided under this contract.



b) Contractor Furnished Material (CFM)

The following materials shall be supplied by the contractor:

1) All cleaning and sealing compounds.

2) All test equipment required to test and measure antenna deficiencies and performance.

3) All tools and safety equipment required to accomplish the antenna inspection and modification.



c) Height of Antenna Systems

The antenna systems at the locations identified in Attachment A are physically located at various heights on the towers. This height can be anywhere from 100 feet to 500 feet depending on the specific location.





OVER AND ABOVE DISCREPANCIES



If any additional discrepancies outside of normal repair criteria are discovered during performance of the work, the selected discrepancies, will be provided in a written report to include any parts required, labor required, and cost estimate for the additional work. This work will be considered as ?over-and-above? costs. The selected contractor will not proceed with the additional work until approval for the additional work is received from the Contracting Officer. The selected contractor shall accomplish all the work in accordance with the manufacturer?s repair/overhaul manuals.



Insurance against Loss or Damage to Government Property



The selected contractor shall, at its own expense, provide and maintain during the performance of this work a minimum of $100,000.00 of insurance. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government?s interest shall not be effective:

a) For such a period as the laws of the State in which this work is to be performed prescribe; or

b) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer.





BID FORMAT:



Provide itemized pricing as follows:





Line Item #1- Inspect and Repair NWR

Antenna Systems As Required at 17 NWS sites



Price per site $_________________ Total $_________________





GRAND TOTAL $_________________







Labor Rate ? Per hour for

?over and above? discrepancies $________________ per hour



END OF NOTICE







ATTACHMENT A





Fargo, ND WXK42 Inspection

Flint, MI KIH29 Inspection

South Bend, MI WXJ57 Inspection

Madison, WI WXJ87 Inspection

Green Bay, WI KIG65 Inspection

Onondaga, MI WXK81 Inspection

Omaha, NE KIH61 Inspection

Wichita, KS KEC59 Inspection

Rock Island, IL WXJ73 Inspection

Monticello, IN WXK74 Inspection

Topeka, KS WXK91 Inspection

Willmar, MN WXK44 Inspection

Cedar Rapids, IA WXL61 Inspection

Champaign, IL WXJ76 Inspection

Dickenson, ND WXL80 Inspection

Minot, ND WXL83 Inspection

Petersburg, ND WXM38 Inspection

:
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106, UNITED STATES
:
VARIOUS LOCATIONS
64153
:
Carey Marlow, Contract Specialist , Phone (816)426-7460 , Fax 816-426-7530, Email carey.m.marlow@noaa.gov