The RFP Database
New business relationships start here

FNARS Antenna Maintenance & Repair


Virginia, United States
Government : Homeland Security
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial services 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 to be published on FBO. Request for Quotation (RFQ) 70FA5019Q00000015 is for the FEMA National Radio System (FNARS) rotatable Log Periodic Antenna maintenance and repair as defined in the attached Statement of Work.

It is anticipated that a firm-fixed-price purchase order will be awarded.


The Period of Performance will be for base period, 1 year from the date of award and 2 one-year Option periods, if exercised.


The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2019-02, effective 06/05/2019. One award will result from this solicitation via the issuance of a purchase order for commercial items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-commercial items, applies to this acquisition.


Basis of Award:


Selection will be based on a lowest cost technically acceptable determination. In order to be considered technically acceptable, the offeror must provide the following information, which be rated as satisfactory or unsatisfactory:


a. The offeror must demonstrate satisfactory past performance on previous projects, performing work similar to that outlined in the SOW. Offerors should submit a list of similar work in scope and complexity performed in the last three years; and provide telephone and e-mail contact information for references on those projects. References will be contacted to determine if past performance is satisfactory.
b. Offeror must have two (2), certified and experienced RLP tower climbers.
c. Offeror must have at least two (2), personnel with experience repairing 5kw and above antennas arrays.
d. Offeror must acknowledge that they will be prepared to deploy for any repair missions within 10 days of notification.
e. Offeror must acknowledge that they will have any required government facility access forms submitted NLT 72 hours prior to start date of maintenance or repair work.
f. Provide complete solutions to all scenario questions.



Offerors shall submit a Firm Fixed Price Quote to include all costs associated with the project (to be detailed in a cost breakdown) to include labor, number of technicians, rentals, equipment purchases and miscellaneous expenses for the base period plus all two option periods. Submit proposed pricing for travel, per diem costs, lodging and any other expenses required to complete the work efforts to be paid as a Cost Reimbursable item. It will be the successful contractor's responsibility to provide supporting documentation to justify all travel costs invoiced


All travel and per diem costs are reimbursable to the limits specified in the current Federal Travel Regulations.


Price proposals will be evaluated for price realism and reasonableness and will be based on two parts.


1.) The annual Inspection/preventative maintenance as outlined in the SOW.
2.) The Antenna Repair-Install Scenario Sheet.


Principle Place of Performance will be at the sites as outlined in the SOW:


Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their response unless that information is current in their System from Award Management (SAM) registration. If registered in SAM please state such in your submission and provide your DUNS number.


Note: SAM registration: a prospective awardee shall be registered in the SAM database prior to award information on registration may be obtained electronically at https://www.sam.gov/portal/public/sam/ or by calling 1-866-606-8220.


The Clause at FAR 52.212-4, Contract Terms and Conditions-Commercial items, applies to this acquisition. (NOTE: all referenced FAR provisions may be accessed electronically at http://acquisition.gov/far.) FAR 52.212-5, Contract Terms and Conditions Required to Implement States or Executive Orders-Commercial items, applies to this acquisition and the following additional FAR clauses apply: 52.212-1, 52.216-24, 52.216-25, 52.217-5, 52.217-8, 52.217-9, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52,222-41, 52.223-18, 52.225-13, 52-225-25 and 52.233-04.


The appropriate Wage Determination will be used for each site.


Written responses to this RFQ must be received no later than 12:00 PM EST, 07/31/2019 and shall be sent electronically to Thomas.crouch.3@fema.dhs.gov. Technical questions must be received no later than 2:00 PM/EST on 06/30/2019 and must be emailed to Mr. Crouch at Thomas.crouch.3@fema.dhs.gov. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation


Thomas E. Crouch, Contracting Officer, Phone 5405427007, Email thomas.crouch.3@fema.dhs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP