Similar Projects
Mass Warning Alert System
Renovation
Sub-Bidding
$200,000 CJ est. value
Sudbury, MA 01776

John J. Carroll Water Treatment Plant Scada System Improvements - Filed Sub Bids
Post-Bid
Less than $13,800,000 est. value
Marlborough, MA 01752

Submit a Quote to Provide, Install and Maintain A 5Mb Ethernet Between (Bldg) 623; (Rm) 1; (Fl) 1; 42 Givry Street, Devens, MA 01434 And (Bldg) 4650; (Rm) 1; (Fl) 1; 4650 Griffin Avenue, Ft Meade, MD
Post-Bid
Devens, MA - Fort Meade, MD 01434

Physical Security/Access Control Systems (PS/AC) Multiple Award Construction Contract (MACC)
Results
Less than $99,000,000 est. value

RFI - Home Intrusion Detection Systems
Results

Farley Power and Data Installation Project
Post-Bid
Less than $150,000 est. value
Framingham, MA 01702

Video Surveillance Equipment Service and Upgrades at Various Locations
Results
$200,000 est. value
Cambridge, MA

Central Station Alarm Monitoring (CSAM)
Post-Bid

Telecommunications Infrastructure Testing Services - Worldwide
Results

Network Cabinets
Alteration
Post-Bid
Billerica, MA

Security System, Access Control and CCTV Repairs and Installation
Term Contract
Results
$200,000 est. value
Newton Center, MA

Interactive HD Panel for Classrooms
Alteration
Post-Bid
Ashland, MA

5820--Police Radio / Dispatch System Upgrade
Results
Bedford, MA 01730

SVTC/VTC Conference Room Installation HAFB
Term Contract
Post-Bid
MA 01731

Controls for Municipal Buildings and Schools
Term Contract, Alteration
Results
$1,500,000 est. value
Somerville, MA

Last Updated 08/29/2022 12:18 PM
Project Title

5KW Antenna Maintenance

Physical Address View project details and contacts
City, State (County) Maynard, MA 01754   (Middlesex County)
Category(s) Single Trades
Sub-Category(s) Security/Communications
Contracting Method Competitive Bids
Project Status Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

AMMENDMENT 01: PLEASE NOTE- the DUE DATE HAS BEEN EXTENDED UNTIL 9/2 @ 12:00 PM EST. 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 Sam.Gov. This requirement is a Total Small Business Set Aside under NAICS 237130. Request for Quotation (RFQ) 70FA5022Q00000008 is for the FEMA National Radio System (FNARS) maintenance, inspection, installation, de-installations, and repair of 5kW and above Antennas as defined in the attached Statement of Work (Attachment A). It is anticipated that a hybrid firm-fixed-price, time and materials 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. FAR 52.212-1- Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (k) of the clause, which is RESERVED; The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2022-04, effective 1/30/2022. Each offeror must provide the following information to clearly demonstrate an acceptable technical approach, necessary experience, certification required and complete pricing in accordance with the following: Technical Approach (Technical Approach shall be limited to 10 pages for routine Maintence and 2 pages each for all scenarios) Vendor must submit a technical approach for all routine Maintenance outlined in the SOW (Attachment A) Vendor must submit a technical approach for all the scenarios listed on the RFP Scenario Sheet (Attachment C) Experience (Please provide experience within the past 3 years) Vendor must have experience installing and maintaining High Power High Frequency Antenna Systems 5kW and above. Vendor must have experience constructing guyed and free-standing communications towers. Vendor must have experience designing antenna foundations based on soil reports and engineering plans. Vendor must have experience trenching and installing conduit and transmission line. Vendor must have experience installing ground rings using exothermic welding. Vendor must have experience preforming DTF and VSWR sweep testing on High Power HF Antennas. Required Certifications Vendor must be certified to work in confined spaces. Please provide the applicable certification. Past Performance The Government will evaluate the vendor's relevant past performance from the past 3 years. The government will consider the past performance information obtained in relation to similar complexity and magnitude of this procurement, considering such factors as similar size, scope, and complexity completed by the firm. If a vendor has no past performance, it will be rated neutral. The government may evaluate other sources of information such as CPARS or other databases. Please provide 3 examples of relevant Past Performance (within the past 3 years) to include the contract #, dollar value and Point of Contact information for the agency that awarded the contract. Pricing Offerors shall submit a hybrid Firm Fixed Price (Labor Costs), Time and Materials Quote to include all costs associated with the project (to be detailed in a cost breakdown) and broken out in accordance with the CLIN structure on the attached 1449. Proposed pricing for travel, per diem costs, lodging and any other expenses required to complete the work efforts will be reimbursed on a Not To Exceed, Cost Reimbursable Basis. It will be the successful contractor's responsibility to provide supporting documentation to justify all travel costs invoiced. Please provide an hourly rate for the repair CLIN. Repair CLINs are a Time and Materials, NTE CLIN with a Ceiling amount provided as a Plug # by the Government. Please Provide pricing for the possible install projects for the Base Period and Option Periods to account for any increases due to inflation. The installations are Optional CLINs and it is uncertain at this time which year they will be exercise in. One award will result from this solicitation via the issuance of a purchase order for commercial items. The provision at FAR 52.212-2, Evaluation-commercial items, applies to this acquisition. Basis of Award: The Government intends to award a single Purchase Order to the Offeror whose offer presents the best value to the Government, price and other factors considered. Selection for this solicitation will be made on a Best Value basis. For this requirement, the combined Technical Evaluation Criteria are more important than price. The Government will assess the level of confidence that the offering contractor will successfully perform all requirements. Technical Evaluation Factors will be evaluated using the following: Rating Definition High Confidence (HC) The Government has high confidence that the Offeror understands the requirement, proposes a sound approach, and will be successful in performing the contract with little or no Government intervention. Some Confidence (SC) The Government has some confidence that the Offeror understands the requirement, proposes a sound approach, and will be successful in performing the contract with some Government intervention. Low Confidence (LC) The Government has low confidence that the Offeror understands the requirement, proposes a sound approach, or will be successful in performing the contract even with Government intervention. Neutral (N) Not Applicable or No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. This is neither a negative or positive assessment. Government has HIGH / SOME / LOW confidence that the Offeror will successfully perform the contract work. A rating of NEUTRAL shall be applied should there be no relevant performance record upon which to base a meaningful performance rating. This is neither a negative nor positive assessment. Price Evaluation: Adequate price competition is expected for this acquisition. Proposed pricing will be evaluated for price reasonableness and completeness. The total evaluated price will be the quoted amount for the base and all options provided on the attached SF 1449. Pricing provided for the scenarios sheet will be used to evaluate the Offeror's understanding of the potential work in accordance with historical maintenance, repairs, and installs. Pricing from the Scenarios will not be part of the total evaluated price. In accordance with FAR 52.217-5 and FAR 52.217-8, the Government will evaluate a price for the Option to Extend Services, in the event the Government elects to exercise that option. The method for calculating the option price will be to take the proposed amount for the last option period (based on the proposed amount) and extend the proposed amount for 6-months of continued performance, in accordance with the maximum time available for extension under the clause. This amount will be added to the proposed amount to arrive at the total evaluated price for award. Principle Place of Performance will be at the sites as outlined in the SOW: The appropriate Wage Determination (WD) will be used for each site and incorporated into the award. Applicable WD's can be found at www.SAM.GOV. 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 UEI 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. Please refer to the attached Terms and Conditions (Attachment B) for additional terms and conditions. Written responses to this RFQ must be received no later than 12:00 PM EST, 9/2/2022 and shall be sent electronically to erin.cotter@fema.dhs.gov. Technical questions must be received no later than 2:00 PM/EST on 08/12/2022 and must be emailed to Erin Cotter at erin.cotter@fema.dhs.gov. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation. Small Business Responses only.

Details

Division 27 - Communications, Common Work Results for Communications.
Division 28 - Electronic Safety and Security, Common Work Results for Electronic Safety and Security.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents