Skip to main content

An official website of the United States government

You have 2 new alerts

Internet Service for Wake Turbulence Test Sites

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Jan 23, 2024 01:41 pm EST
  • Original Published Date: Jan 22, 2024 09:59 am EST
  • Updated Date Offers Due: Jan 29, 2024 03:00 pm EST
  • Original Date Offers Due: Jan 29, 2024 03:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 20, 2024
  • Original Inactive Date: Mar 20, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DG11 - IT and Telecom - Network: Satellite Communications and Telecom Access Services
  • NAICS Code:
    • 517112 - Wireless Telecommunications Carriers (except Satellite)
  • Place of Performance:

Description

This combined synopsis/solicitation is amended to replace NAICS code 517410 with 517112.

All other terms and conditions remain the same.

_______________________________________________________________________________________________

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. 6913G624Q300014 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and Incorporated provisions are those in effect through Federal Acquisition Circular 2023-06, effective 12/04/2023.  The NAICS Code is 517112; the Small Business size standard is 1500 Emp.

The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), in support of the Federal Aviation Administration (FAA) NextGen project, operates two Lockheed Martin WindTracer LIght Detection and Ranging (LIDAR) sensors.  These WindTracers capture wake vortices from aircraft landing and departing at San Francisco International Airport (SFO). The Volpe Center intends to solicit and make an award on a competitive basis.  The contractor shall provide internet service to the LIDAR sensors in order to routinely check on the health of the sensors, as well as uploading data to servers at the Volpe Center, in accordance with the statement of work (SOW) below.

Statement of Work (begin)

The John A. Volpe National Transportation System Center (Volpe), in support of FAA and its NextGen project, operates two Lockheed Martin WindTracer LIght Detection and Ranging (LIDAR) sensors.  As part of the ongoing Research and Development for FAA's NextGen project, these WindTracers capture wake vortices from aircraft landing and departing at San Francisco International Airport (SFO). Internet service will need to be provided to these two sensors in order to routinely check on the health of the sensors, as well as uploading data to servers at Volpe. The locations are outside the airport perimeter.

The WindTracers will require Internet access at both locations. The work will include surveying, installation, and verification of internet accessibility at the advertised speeds.

Work Requirement

The work will require:

  • Wireless Internet connection through dish antenna or equivalent wireless technology
  • Upload and Download speeds of 100 Mb/s
  • No data bandwidth caps or limits
  • No data transfer caps or limits
  • No data speed throttling

Locations

Site 1: A roof located within 778 Burlway Rd, Burlingame CA (37.59694510665736, -122.36360889066364)
Site 2: Attached to the body of a WindTracer sensor located at 37.635396403794736, -122.38384252357451.

Inspection and Acceptance

The contractor shall schedule a final walk‐through inspection of internet access at both sites upon completion of the project. The contractor shall certify in writing via an email to the Volpe TPOC that the site is complete, meets all contract requirements, and is ready for use no more than 1 business day after the final inspection.

Other Requirements

Security and Access to the Site:

Access to the site will need to be coordinated with the Volpe Technical Point of Contact (TPOC) prior to visit.

COVID-19

The field team will continue to comply with CDC guidelines and California Mandatory Safety Standards for Workplaces and update practices as needed. All local rules and regulations regarding COVID-19 and vaccination will be adhered to.

REQUIREMENTS/SPECIFICATIONS

The Government intends to award a firm fixed price purchase order with a base (CLIN 00100) and two optional CLINs (00200 and 00300), as a result of this Combined Synopsis/Solicitation. This notice is expected to result in a single award, subject to receipt of an acceptable quote.  Please provide a firm fixed price quote in accordance with the following items:

CLIN 00100 Internet Service for 2 sites

Quantity: 2

Unit: EA

Unit Price: $__________________

Total Price $__________________

PSC: DG11

Period of Performance: Date of award to 11/30/2024

CLIN 00200 Internet Service for 2 sites

Quantity: 2

Unit: EA

Unit Price: $__________________

Total Price $__________________

PSC: DG11

Period of Performance: 12/01/2024 to 11/30/2025

CLIN 00300 Internet Service for 2 sites

Quantity: 2

Unit: EA

Unit Price: $__________________

Total Price $__________________

PSC: DG11

Period of Performance: 12/01/2025 to 11/30/2026

PERIOD OF PERFORMANCE

The period of performance for the resulting award will be date of award to November 30, 2026.

INSTRUCTIONS TO OFFERORS:

This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein.  

Addendum to FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition and is incorporated by reference.  

An award will be made to the offeror whose offer is considered the best value to the Government, based on price.

FAR 52.212-5, Offeror Representations and Certifications-Commercial Items (attached). All Offerors must include a completed copy of the provision at FAR 52.212-3.  An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically in the System for Award Management (SAM) accessed through http://www.sam.gov.  If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision.  All Contractors must be registered in SAM in order to receive an award from a DOT Agency.  

FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated by reference. 

FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is hereby incorporated by reference; additional clauses cited in FAR 52.212-5 that apply to this acquisition are: 52.204-27, 4-52.209-6, 52.217-9 (attached), 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-15, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.232-40 and 52.252-1.

The FAR provisions and clauses cited in this notice can be viewed at http://www.acquisition.gov/far.

Questions shall be submitted by noon on 1/26/2024 EST, to Karen Marino via email at Karen.Marino@dot.gov.

The offer should be addressed to the following:  U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, V-222, 55 Broadway, Cambridge, MA 02142.   The signed offer must be submitted via e-mail to the contracting officer Karen.Marino@dot.gov.  The time for receipt of offers is 3:00 PM Eastern Time on 01/29/2024.  No telephone requests will be honored.  The Government will not pay for any information received.  

Contact Information

Contracting Office Address

  • OFFICE OF ACQUISITIONS 220 Binney Street
  • CAMBRIDGE , MA 02142
  • USA

Primary Point of Contact

Secondary Point of Contact





History