INVI­TA­TION TO BID

The Pana­ma City-Bay Coun­ty Air­port and Indus­tri­al Dis­trict, dba North­west Flori­da Beach­es Inter­na­tion­al Air­port, will accept sealed bids for Air Traf­fic Con­trol Tow­er Radio Replace­ment”, at the North­west Flori­da Beach­es Inter­na­tion­al Air­port until 2:00 p.m. CST, on, August 142023.

Bids may be sub­mit­ted in per­son in the Air­port Admin­is­tra­tive Office at 6300 West Bay Park­way, Box A, Pana­ma City Beach, Flori­da, or via U. S. mail or couri­er ser­vice. Bids must be plain­ly marked,

Air Traf­fic Con­trol Tow­er Radio Replace­ment – August 142023” 

Only bids sub­mit­ted on the bid sheet pro­vid­ed with this invi­ta­tion will be con­sid­ered respon­sive. All bids must be received by 2:00 p.m., CST on, August 14, 2023. When sub­mit­ting writ­ten bids, please sub­mit one (1) orig­i­nal and one (1) copy of all doc­u­ments to the North­west Flori­da Beach­es Inter­na­tion­al Air­port, 6300 West Bay Park­way, Box A, Pana­ma City Beach, Flori­da 32409. Please review all doc­u­ments per­tain­ing to this bid before sub­mit­ting request­ed information.

Bids for the Air Traf­fic Con­trol Tow­er Radio Replace­ment” will be opened at 2:00 p.m. CST on August 14, 2023 in the Admin­is­tra­tive Offices of the North­west Flori­da Beach­es Inter­na­tion­al Air­port, locat­ed at 6300 West Bay Park­way, Pana­ma City, FL 32409.

The Dis­trict reserves the right to accept or reject any or all bids, pro­pos­als, com­pet­i­tive or oth­er­wise, in whole or in part, to waive infor­mal­i­ties in the solic­i­ta­tion doc­u­ments, to obtain new bids, or to post­pone the bid open­ing pur­suant to the District’s pur­chas­ing poli­cies as they may deem in the best inter­est of the District.

North­west Flori­da Beach­es Inter­na­tion­al Airport 

Dar­lene D. Nel­son, CPA

Direc­tor of Finance and Administration

Gen­er­al Conditions

A. The pur­pose of this bid is to estab­lish a firm, fixed price for the turnkey acqui­si­tion, con­fig­u­ra­tion and instal­la­tion of replace­ment VHF and UHF voice com­mu­ni­ca­tion trans­ceivers, Auto­mat­ed Ter­mi­nal Infor­ma­tion Ser­vice (ATIS) trans­mit­ter, and voice data log­ging sys­tem, at the Air­port in accor­dance with pur­chas­ing poli­cies of the North­west Flori­da Beach­es Inter­na­tion­al Airport.

B. Bids must be received in the Air­port Admin­is­tra­tive Office at 6300 West Bay Park­way, Box A, Pana­ma City Beach, Flori­da, by 2:00 p.m., CST on August 14, 2023 in order to be con­sid­ered respon­sive. Bids must be plain­ly marked, Air Traf­fic Con­trol Tow­er Radio Replace­ment-August 142023”.

C. The Air­port reserves the right to reject any one or all bids, or any part of any bid, to waive any infor­mal­i­ty in any bid and to award a con­tract deemed to be in the best inter­est of the Airport.

D. In the event a brand name is spec­i­fied, that brand or an approved equiv­a­lent will be con­sid­ered, unless oth­er­wise not­ed. Brand names, makes, and mod­el num­bers con­tained here­in are for ref­er­ence only in regards to lev­el of qual­i­ty and dura­bil­i­ty that the Air­port will accept as a minimum.

E. All ques­tions regard­ing this bid shall be in writ­ing and direct­ed to accounting@​pcairport.​com . Ques­tions will be accept­ed until 2:00 p.m. CST on August 9, 2023. All ques­tions and respons­es will be made avail­able on the Air­port’s web­site at: www​.ifly​beach​es​.com no lat­er than 5 p.m. CST on August 112023

F. Requests to sched­ule an air­port site vis­it, should it be nec­es­sary, to eval­u­ate the scope of work should be direct­ed in writ­ing to accounting@pcairport.com. Sight vis­its will be accom­mo­dat­ed Mon­day through Fri­day between the hours of 8:00 a.m. and 4:00 p.m. through August 132023.

G. All bids must be valid for a min­i­mum of 60 days after the bid is opened.

H. The suc­cess­ful bid­der shall war­ran­ty labor for a peri­od of one year from the date of accep­tance of the work.

I. The suc­cess­ful bid­der shall sup­ply the Air­port with war­ran­ty infor­ma­tion on the equip­ment and mate­ri­als used for this project.

J. No alter­ations or devi­a­tions involv­ing extra costs will com­mence with­out a duly exe­cut­ed Change Order.

K. If applic­a­ble, the suc­cess­ful bid­der shall be licensed in the State of Flori­da to per­form the type of work request­ed under this Invi­ta­tion to Bid.

L. The suc­cess­ful bid­der will be respon­si­ble for obtain­ing any required per­mits and con­duct­ing an accep­tance inspection.

M. All equip­ment and mate­ri­als used shall be man­u­fac­tur­er-approved for the type of appli­ca­tion request­ed under this Invi­ta­tion to Bid.

N. Upon award of bid work on the project will begin imme­di­ate­ly based on a mutu­al­ly agree­able schedule.

O. The suc­cess­ful bid­der shall not be liable for any fail­ure of or delay in the per­for­mance of this Agree­ment for the peri­od that such fail­ure or delay is due to caus­es beyond its rea­son­able con­trol, includ­ing but not lim­it­ed to acts of God, war, strikes or any oth­er force majeure event.

II. Scope of Work

The Air Traf­fic Con­trol Tow­er Radio Replace­ment” shall be per­formed in accor­dance with the attached Air Traf­fic Con­trol Tow­er Radio Replace­ment” spec­i­fi­ca­tion and shall include all parts, mate­ri­als, equip­ment, and labor to com­plete the project turnkey.

Scope of work task items shall include:

  • Pro­vide, con­fig­ure and install all VHF/UHF air-to-ground and ground-to-ground com­mu­ni­ca­tion trans­ceivers to replace exist­ing in the quan­ti­ties pro­vid­ed for with­in this Invi­ta­tion to Bid”. (See Attached Specification)
  • Pro­vide, con­fig­ure and install replace­ment Auto­mat­ed Ter­mi­nal Infor­ma­tion Ser­vice (ATIS) com­mu­ni­ca­tion trans­ceiv­er to replace exist­ing pro­vid­ed for with­in this Invi­ta­tion to Bid”. (See Attached Specification)
  • Pro­vide, con­fig­ure and install replace­ment Dig­i­tal Log­ging Recorder sys­tem pro­vid­ed for with­in this Invi­ta­tion to Bid”. (See Attached Specification)
Ill. Insur­ance Requirement

SC2 Insur­ance

The Con­tac­tor shall pro­cure and main­tain the fol­low­ing described insur­ance, except for coverage(s) specif­i­cal­ly waived by Own­er, on poli­cies and with insur­ers accept­able to Own­er. These insur­ance require­ments shall not lim­it the lia­bil­i­ty of Contractor.

The insur­ance coverage(s) and lim­its required of Con­trac­tor under this Invi­ta­tion to Bid are designed to meet the min­i­mum require­ments of Own­er and the Own­er does not rep­re­sent these types or amounts of insur­ance to be suf­fi­cient or ade­quate to pro­tect the Con­trac­tor’s inter­ests or lia­bil­i­ties. Con­trac­tor alone shall be respon­si­ble to the suf­fi­cien­cy of its own insur­ance program.

The Con­trac­tor and the Con­trac­tor’s sub­con­trac­tors and sub-sub­con­trac­tors shall be sole­ly respon­si­ble for all of their prop­er­ty, includ­ing but not lim­it­ed to any mate­ri­als, tem­po­rary facil­i­ties, equip­ment and vehi­cles, and for obtain­ing ade­quate and appro­pri­ate insur­ance cov­er­ing any dam­age or loss to such prop­er­ty. The Con­trac­tor and · the Con­trac­tor’s sub­con­trac­tors and sub-sub­con­trac­tors shall express­ly waive any claim against the Own­er aris­ing out of or relat­ing to any dam­age or loss of such prop­er­ty, even if such dam­age or loss is due to the fault or neglect of the Own­er or any­one for whom the Own­er is respon­si­ble. The Con­trac­tor is oblig­at­ed to include, or cause to be includ­ed, pro­vi­sions sim­i­lar to this para­graph in all of the Con­trac­tor’s sub­con­tracts and its sub­con­trac­tor’s con­tracts with their sub-subcontractors.

The Con­trac­tor’s deductibles/­self-insur­ance reten­tion’s must be dis­closed to Own­er and are sub­ject to Own­er’s approval. The Con­trac­tor is respon­si­ble of the amount of any deductible or self-insured reten­tion. Any deductible or reten­tion applic­a­ble to any claim or loss shall be the respon­si­bil­i­ty of Con­trac­tor and shall not be greater than $25,000, unless oth­er­wise agreed to, in writ­ing, by Owner.

Insur­ance required of the Con­trac­tor or any oth­er insur­ance of the Con­trac­tor shall be con­sid­ered pri­ma­ry, and insur­ance of Own­er shall be con­sid­ered excess, as may be applic­a­ble to claims or loss­es which arise out of or relate to the Work or this Project.

A. Work­ers’ Com­pen­sa­tion and Employ­ers’ Lia­bil­i­ty Insur­ance Cov­er­age: The Con­trac­tor shall pur­chase and main­tain work­ers’ com­pen­sa­tion and employ­ers’ lia­bil­i­ty insur­ance for all employ­ees engaged in the Work, in accor­dance with the laws of the State of Flori­da. Lim­its of cov­er­age shall not be less than:

$500,000 Lim­it Each Accident

$500,000 Lim­it Dis­ease Aggregate

$250,000 Lim­it Dis­ease Each Employee

B. Com­mer­cial Gen­er­al Lia­bil­i­ty Cov­er­age: Con­trac­tor shall pur­chase and main­tain com­mer­cial gen­er­al lia­bil­i­ty insur­ance on a full occur­rence form. Cov­er­age shall include, but not be lim­it­ed to, Premis­es and Oper­a­tions, Per­son­al Injury, Con­trac­tu­al for this Con­tract, Inde­pen­dent Con­trac­tors, Broad Form Prop­er­ty Dam­age, Prod­ucts and Com­plet­ed Oper­a­tion Lia­bil­i­ty Coverage(s) and shall not exclude cov­er­age for the X” (Explo­sion), C” (Col­lapse) and U” (Under­ground) Prop­er­ty Dam­age Lia­bil­i­ty expo­sures. Lim­its of cov­er­age shall not be less than:

$ 1,000,000 Com­bined Sin­gle Lim­it Each Occurrence

$ 2,000,000 Aggre­gate Limit

Con­trac­tor shall add Own­er as an addi­tion­al insured through the use of Insur­ance Ser­vice Office Endorse­ments No. CG 20.20 .22.85 word­ing or equiv­a­lent, or broad­er, an exe­cut­ed copy of which shall be attached to or incor­po­rat­ed by ref­er­ence on the Cer­tifi­cate of Insur­ance to be pro­vid­ed by Con­trac­tor pur­suant to the require­ments of the Project Documents.

C. Busi­ness Auto­mo­bile Lia­bil­i­ty Cov­er­age: The Con­trac­tor shall pur­chase and main­tain Busi­ness Auto­mo­bile Lia­bil­i­ty Insur­ance as to own­er­ship, main­te­nance, use, load­ing and unload­ing of all of Con­trac­tor’s owned, non-owned, leased, rent­ed or hired vehi­cles with lim­its not less than:

$1,000,000 Com­bined Sin­gle Lim­it Each Accident

D. Excess or Umbrel­la Lia­bil­i­ty Cov­er­age: Con­trac­tor shall pur­chase and main­tain Excess Umbrel­la Lia­bil­i­ty Insur­ance or Excess Lia­bil­i­ty Insur­ance on a full occur­rence form pro­vid­ing the same con­tin­u­ous coverage(s) as required for the under­ly­ing Com­mer­cial Gen­er­al, Busi­ness Auto­mo­bile and Employ­ers’ Lia­bil­i­ty Coverage(s) with no gaps in con­ti­nu­ity of coverage(s) or lim­its with Own­er added by endorse­ment to the pol­i­cy as an addi­tion­al insured in the same man­ner as is required under the pri­ma­ry poli­cies, and shall not be less than:

$4,000,000 Each Occurrence/​Accident

EXHIB­IT A

Only bids sub­mit­ted on this Bid Sheet will be accepted.

Return in a sealed enve­lope, plain­ly marked

Air Traf­fic Con­trol Tow­er Radio Replace­ment-August 182023

TO: North­west Flori­da Beach­es Inter­na­tion­al Air­port, 6300 West Bay Park­way, Box A,

BUSI­NESS NAME ____________________________________________________________________________________

MAIL­ING ADDRESS ______________________________________________________________________________

CON­TACT NAME __________________________________________ 

PHONE ___________________________________

EMAIL __________________________________________________________________

The Bid­der here­by agrees to deliv­er ser­vices required to com­plete the scope of work per this Invi­ta­tion to Bid” for the prices shown below:

Bid Item

Unit Price per bid item

Total Bid Item Price

Base Bid Item #1

VHF Radio (8 each) per specification

Base Bid Item #2

UHF Radio (4 each) per specification

Base Bid Item #3

VHF Radio (2 each) per specification

Base Bid Item #4

MDT Soft­ware (1 each) per specification

Base Bid Item #5

Mount­ing Rail Kit-Slot­ted (14 each) per specification

Base Bid Item #6

Mount­ing Rail Kit- Non-Slot­ted (12 each) per specification

Base Bid Item #7

Align­ment Kit-Trans­mit­ter V2 (1 each) per specification

Base Bid Item #8

Align­ment Kit-Receiv­er V2 (1 each) per specification

Base Bid Item #9

Palm Micro­phone-Trans­mit­ter (1 each) per specification

Base Bid Item #10

Dig­i­tal Log­ging Recorder Sys­tem (1 each) per specification

Base Bid Item #11

Lump Sum Instal­la­tion for all items includ­ed in Invi­ta­tion to Bid” per specification

TOTAL BASE BID PRICE

Option Item #1

Extend­ed War­ran­ty includ­ing sup­port­ing documents


PLEASE INCLUDE THE FOLLOWING:

  1. Detailed price sheet (if applicable)
  2. Excep­tions sheet (if excep­tions taken)
  3. Product/​LED Fix­ture Brochure/​Literature
  4. Copy of Warranty/​Optional Extend­ed Warranty

Bid­der cer­ti­fies as follows:

A. Bid­der is an estab­lished busi­ness with a min­i­mum of five (5) years of expe­ri­ence in pro­vid­ing ser­vices relat­ed to the per­for­mance of ser­vices out­lined in this Invi­ta­tion to Bid”.

B. Bid­der is licensed in the State of Flori­da to per­form ser­vices out­lined in this Invi­ta­tion to Bid”.

C. Bid­der has ade­quate per­son­nel and equip­ment to per­form ser­vices as out­lined in this Invi­ta­tion to Bid” with­in stat­ed timelines.

I agree to pro­vide the above items at the prices indi­cat­ed, meet­ing all spec­i­fi­ca­tions unless excep­tions are noted.

By: _______________________________________

Print­ed Name

Sig­na­ture: _________________________________

Title: ______________________________________

Date: _____________________________________


EXHIB­IT B

SWORN STATE­MENT UNDER SEC­TION 287.133(3)(A)

FLORI­DA STATUTES, ON PUB­LIC ENTI­TY CRIMES

THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRES­ENCE OFNOTARY PUB­LIC OR OTH­ER OFFI­CIAL AUTHO­RIZED TO ADMIN­IS­TER OATHS.

  1. This sworn state­ment is sub­mit­ted to the Pana­ma City-Bay Coun­ty Air­port and Indus­tri­al District

by________________________________________________________________ 

(print individual’s name and title) 

for________________________________________________________________

(print name and enti­ty sub­mit­ting sworn statement)

whose busi­ness address is 

_______________________________________________________________

_______________________________________________________________

and (if applic­a­ble) its Fed­er­al Employ­er Iden­ti­fi­ca­tion Num­ber (FEIN) is 

_________________________

(if the enti­ty has no FEIN, include the Social Secu­ri­ty No. of the individual 

sign­ing this sworn statement:

__________________________.) 

2. I under­stand that a pub­lic enti­ty crime” as defined in Sec­tion 287.133(1)(g) of the Flori­da Statutes, means a vio­la­tion of any state or fed­er­al law by a per­son with respect to and direct­ly relat­ed to the trans­ac­tion of busi­ness with any pub­lic enti­ty or with an agency or polit­i­cal sub­di­vi­sion of any oth­er state or of the Unit­ed States, includ­ing, but not lim­it­ed to, any bid or con­tract for goods or ser­vices to be pro­vid­ed to any pub­lic enti­ty or an agency or polit­i­cal sub­di­vi­sion of any oth­er state or of the Unit­ed States and involv­ing antitrust, fraud, theft, bribery, col­lu­sion, rack­e­teer­ing, con­spir­a­cy or mate­r­i­al misrepresentation.

3. I under­stand that con­vict­ed” or con­vic­tion” as defined in Para­graph 287.133(1)(b), Flori­da Statutes, means a find­ing of guilt or a con­vic­tion of a pub­lic enti­ty crime, with or with­out an adju­di­ca­tion of guilt, in any fed­er­al or state tri­al court of record relat­ing to charges brought by indict­ment or infor­ma­tion after July 1, 1989, as a result of a jury ver­dict, non-jury tri­al or entry of a plea of guilty or nolo con­tendere.

4. I under­stand that affil­i­ate” as defined in Para­graph 287.133(1)(a), Flori­da Statures, means

    1. A pre­de­ces­sor or suc­ces­sor of a per­son con­vict­ed of a pub­lic enti­ty crime; or
    2. An enti­ty under the con­trol of any nat­ur­al per­son who is active in the man­age­ment of the enti­ty and who has been con­vict­ed of a pub­lic enti­ty crime. The term affil­i­ate” includes those offi­cers, direc­tors, exec­u­tives, part­ners, share­hold­ers, employ­ees, mem­bers and agents who are active in the man­age­ment of an affil­i­ate. The own­er­ship by one per­son of shares con­sti­tut­ing a con­trol­ling inter­est in anoth­er per­son, or a pool­ing of equip­ment or income among per­sons when not for fair mar­ket val­ue under an arm’s length agree­ment, shall be a pri­ma facie case that one per­son con­trols anoth­er per­son. A per­son who know­ing­ly enters into a joint ven­ture with a per­son who has been con­vict­ed of a pub­lic enti­ty crime in Flori­da dur­ing the pre­ced­ing 36 months shall be con­sid­ered an affiliate.

5. I under­stand that a per­son” as defined in Para­graph 287.133(1)(e), Flori­da Statutes, means any nat­ur­al per­son or enti­ty orga­nized under the laws of any state or of the Unit­ed States with the legal pow­er to enter into a bind­ing con­tract and which bids or applies to bid on con­tracts for the pro­vi­sion of goods or ser­vices let by a pub­lic enti­ty, or which oth­er­wise trans­acts or applies to trans­act busi­ness with a pub­lic enti­ty. The term per­son” includes those offi­cers, direc­tors, exec­u­tives, part­ners, share­hold­ers, and employ­ees, mem­bers, and agents who are active in man­age­ment of an entity.

6. Based on infor­ma­tion and belief, the state­ment which I have marked below is true in rela­tion to the enti­ty sub­mit­ting this sworn state­ment. (Indi­cate which state­ment applies.)

_​_​_​_​_​Neither the enti­ty sub­mit­ting this sworn state­ment, not any of its offi­cers, direc­tors, exec­u­tives, part­ners, share­hold­ers, employ­ees, mem­bers, or agents who are active in the man­age­ment of the enti­ty, nor any affil­i­ate of the enti­ty has been charged with and con­vict­ed of a pub­lic enti­ty crime sub­se­quent to July 11989.

_​_​_​_​_​The enti­ty sub­mit­ting this sworn state­ment, or one or more of its offi­cers, direc­tors, exec­u­tives, part­ners, share­hold­ers, employ­ees, mem­bers, or agents who are active in the man­age­ment of the enti­ty, or an affil­i­ate of the enti­ty has been charged with and con­vict­ed of a pub­lic enti­ty crime sub­se­quent to July 11989.

_​_​_​_​_​The enti­ty sub­mit­ting this sworn state­ment, or one or more of its offi­cers, direc­tors, exec­u­tives, part­ners, share­hold­ers, employ­ees, mem­bers, or agents who are active in the man­age­ment of the enti­ty, or an affil­i­ate of the enti­ty has been charged with and con­vict­ed of a pub­lic enti­ty crime sub­se­quent to July 1, 1989. How­ev­er, there has been a sub­se­quent pro­ceed­ing before a Hear­ing Offi­cer of the State of Flori­da, Divi­sion of Admin­is­tra­tive Hear­ings and the Final Order entered by the Hear­ing Offi­cer deter­mined that it was not in the pub­lic inter­est to place the sub­mit­ting this sworn state­ment on the con­vict­ed ven­dor list. (Attach a copy of the final order.)

I UNDER­STAND THAT THE SUB­MIS­SION OF THIS FORM TO THE CON­TRACT­ING OFFI­CER FOR THE PUB­LIC ENTI­TY IDEN­TI­FIED IN PARA­GRAPH 1 (ONE) ABOVE IS FOR THAT PUB­LIC ENTI­TY ONLY AND THAT THIS FORM IS VALID THROUGH DECEM­BER 31 OF THE CAL­EN­DAR YEAR IN WHICH IT IS FILED. I ALSO UNDER­STAND THATAM REQUIRED TO INFORM THE PUB­LIC ENTI­TY PRI­OR TO ENTER­ING INTOCON­TRACT IN EXCESS OF THE THRESH­OLD AMOUNT PRO­VID­ED IN SEC­TION 287.107, FLORI­DA STATUTES FOR CAT­E­GO­RY TWO OF ANY CHANGE IN THE INFOR­MA­TION CON­TAINED IN THIS FORM.

________________________________

(sig­na­ture)

________________________________

(date)

STATE OF ________________ COUN­TY OF ____________________

Per­son­al­ly appeared before me, the under­signed author­i­ty, (name of individual 

signing)_________________________________________________________

who, after first being sworn by me, affixed his/​her sig­na­ture in the space pro­vid­ed above on this 

_______ day of ____________________, 2023.

Sub­scribed and sworn to before me this __________ day of _________________, 2023.

My com­mis­sion expires:

______________________ _________________________________

Notary Public


EXHIB­IT C

Non-col­lu­sion Affidavit

State of

Coun­ty of 

The under­signed Bid­der or agent, being duly sworn, on oath says that he/​she has not, nor has any oth­er mem­ber, rep­re­sen­ta­tive, or agent of the firm, com­pa­ny, cor­po­ra­tion, or part­ner­ship rep­re­sent­ed by him/​her, entered into any com­bi­na­tion, col­lu­sion or agree­ment with any per­son rel­a­tive to the price to be pro­posed by any­one at such let­ting, nor to pre­vent any per­son from sub­mit­ting a bid, and that this bid is made with­out ref­er­ence to any oth­er bid and with­out any agree­ment, under­stand­ing or com­bi­na­tion with any oth­er per­son in ref­er­ence to such pro­pos­als in any way or man­ner whatever.

PRO­POS­ER OR AGENT

For

FIRM OR CORPORATION

Sub­scribed and sworn to before me this day of , 2023.

My Com­mis­sion Expires:

- Form must be signed and notarized – 


AIR TRAF­FIC CON­TROL TOW­ER RADIO REPLACE­MENT SPEC­I­FI­CA­TIONS

Acquire, Con­fig­ure and Replace Com­mu­ni­ca­tions Equip­ment per project scope of work.

PROD­UCT SPECIFICATIONS

  • All parts, mate­ri­als, and equip­ment pro­vid­ed are to be designed and man­u­fac­tured to meet, or exceed, per­for­mance of voice com­mu­ni­ca­tions equipment.
  • Suc­cess­ful bid­der to sup­ply tech­ni­cal and per­for­mance doc­u­men­ta­tion for each type trans­ceiv­er or equip­ment to be used on project pri­or to start of work.

RADIOS

  • Sub­ject to Invi­ta­tion to Bid require­ments, radios spec­i­fied below are man­u­fac­tured by Gen­er­al Dynam­ics Cor­po­ra­tion. Gen­er­al Dynam­ics Cor­po­ra­tion or an approved equiv­a­lent will be con­sid­ered, unless oth­er­wise not­ed. Brand names, makes, and mod­el num­bers con­tained here­in are for ref­er­ence only in regards to lev­el of qual­i­ty and dura­bil­i­ty that the Air­port will accept as a minimum.
  • Radios shall meet all applic­a­ble FAA stan­dards for required per­for­mance and shall be tuned to the fre­quen­cies issued for the North­west Flori­da Beach­es Inter­na­tion­al Air­port (ECP) for air­port ground con­trol, local con­trol, clear­ance deliv­ery, and ATIS. Fre­quen­cies to be pro­vid­ed by Air­port pri­or to installation.
  • Radios to be inte­grat­ed with exist­ing Fre­quen­tis Brand, Touch-Screen, con­troller posi­tions in the ATCT cab area.
  • Radios shall be installed so that all fre­quen­cies are avail­able to each con­troller posi­tion in the ATCT cab area.
  • Radios to be rack-mount­ed in exist­ing remote radio build­ing locat­ed on Airport.
  • Base Bid Item #1. Eight (8), GEN­ER­AL DYNAM­ICS BRAND, CM-350 VDX V2: VHF 5 – 50W Trans­ceiv­er Assem­bly Soft­ware Defined or approved equiv­a­lent to include:
    • CM-350 (V2) VHF High Pow­er (5 – 50W) Trans­mit­ter with embed­ded fre­quen­cy agile co-site fil­ter and the CM-300 (V2) VHF Dig­i­tal Receiv­er. Includes exter­nal 10 MHz ref­er­ence inputs, the Stan­dard Trans­mit­ter Ship Kit, the AC/DC Pow­er Cable kit the Stan­dard Receiv­er Ship Kit, the Receiv­er AC/DC Pow­er Cable kit, Trans­ceiv­er cable kit, and oper­a­tions man­u­al. Com­pli­ant with ED-137 VoIP stan­dard. Fits in a stan­dard 19-inch rack.
  • Base Bid Item #2. Four (4), GEN­ER­AL DYNAM­ICS BRAND, CM-350 UDX V2: UHF 5 – 50W Trans­ceiv­er Assem­bly Soft­ware Defined or approved equiv­a­lent to include:
    • CM-350 (V2) UHF High Pow­er (5 – 50W) Trans­mit­ter with embed­ded fre­quen­cy agile co-site fil­ter and the CM-300 (V2) UHF Dig­i­tal Receiv­er. Includes exter­nal 10 MHz ref­er­ence inputs, the Stan­dard Trans­mit­ter Ship Kit, the AC/DC Pow­er Cable kit the Stan­dard Receiv­er Ship Kit, the Receiv­er AC/DC Pow­er Cable kit, Trans­ceiv­er cable kit, and oper­a­tions man­u­al. Com­pli­ant with ED-137 VoIP stan­dard. Fits in a stan­dard 19-inch rack.
  • Base Bid Item #3. Two (2), GEN­ER­AL DYNAM­ICS BRAND, CM-300 VDT V2 VHF 2 – 12W Trans­mit­ter Assem­bly or approved equiv­a­lent to include:
    • Soft­ware Defined CM-300 VHF Low Pow­er Trans­mit­ter Ver­sion 2 with embed­ded by-pass­able co-site fil­ter the Stan­dard Trans­mit­ter Ship Kit (67-P57490R001 and the Trans­mit­ter AC/DC Pow­er Cable kit (67-P57497R001). Includes oper­a­tions man­u­al. Com­pli­ant with ED-137 VoIP stan­dard. Fits in a stan­dard 19-inch rack.
  • Base Bid Item #4. One (1), Main­te­nance Data Ter­mi­nal Soft­ware, CM300/350 V2, or approved equiv­a­lent to include:
    • Com­put­er based soft­ware pro­vides access to all instal­la­tion, align­ment and main­te­nance para­me­ters through the radios Eth­er­net ports. Also pro­vides access to the Event Log, and all Alarm, Alert and Fault data.
    • Use with CM-300/CM-350 V2 UHF/VHF receivers and transmitters.
    • Com­pat­i­ble with Win­dows 10.
    • Price includes a sin­gle seat license.
  • Base Bid Item #5. Four­teen (14), 21-INCH MOUNT­ING RAIL KIT (SLOT­TED). Kit con­tains pair of 21-inch long mount­ing rails and rail hard­ware for all CM V2 Series radios. Slot­ted rail.
  • Base Bid Item #6. Twelve (12), 21-INCH MOUNT­ING RAIL KIT (NON-SLOT­TED). Kit con­tains pair of 21-inch long mount­ing rails and rail hard­ware for all CM V2 Series radios. Non-slotted.
  • Base Bid Item #7. One (1), ALIGN­MENT KIT (TRANS­MIT­TER V2). Kit con­tains break­out cable and align­ment tools for CM-300 (V2) transmitters
  • Base Bid Item #8. One (1), ALIGN­MENT KIT (RECEIV­ER V2). Kit con­tains break­out cable and align­ment tools for CM-300 (V2) receivers
  • Base Bid Item #9. One (1), Palm micro­phone for CM-300/350 (V2) Transmitter.

DIG­I­TAL LOG­GING RECORDER SYSTEM

  • Base Bid Item #10. One (1), DVR sys­tem capa­ble of sup­port­ing record­ing, play­back, and dupli­ca­tion of all radio and tele­phone com­mu­ni­ca­tions, both to and from the ATCT for a min­i­mum of 45 day, to include the following:
    • Web-based brows­er interface.
    • Ana­log cap­ture cards, ana­log 32 chan­nels standard.
    • Simul­ta­ne­ous ana­log recording.
    • Loop start, voice acti­va­tion (“vox”), or con­tin­u­ous record­ing by indi­vid­ual chan­nel selec­tion at setup.
    • Min­i­mum 50,000 hours hard dri­ve archiving.
    • Mul­ti­ple back­up options, includ­ing DVD-RAM dri­ve, USB hard dri­ve or NAS.
    • Mul­ti-tiered access lev­els to allow the admin­is­tra­tor to assign dif­fer­ent lev­els of access and func­tion­al­i­ty to groups or users.
    • Call tag/​search inter­face and search fea­tures for quick retrieval with advanced call tag” capability.
    • ANI/ALI search feature.
    • Mul­ti-chan­nel simul­ta­ne­ous playback.
    • Talk­ing clock audi­ble time and date stamp.
    • Capa­ble of direct con­nec­tion to the net­work time standard.
    • DSF for­mat record­ing for legal purposes.
    • Shall sup­port .WMA or .WAV for­mat­ting for sav­ing or e‑mailing via email client.
    • Shall sup­port Live Monitoring.
    • Sta­tis­tics retrieval capa­bil­i­ties view­ing for analy­sis and excep­tion report­ing” in graph or exportable Excel format.
    • Assign­a­ble pri­va­cy on demand.
    • Remote mon­i­tor­ing diag­nos­tics capa­ble of alert­ing con­sole oper­a­tors in the event of a failure.
    • Local recorder access capability.

GEN­ER­AL

  • Con­trac­tor will pro­vide all labor, super­vi­sion, mate­ri­als, tools, safe­ty equip­ment and prod­uct to per­form job. Instal­la­tion of all equip­ment pro­vid­ed in this Invi­ta­tion to Bid to be includ­ed in Base Bid as a sep­a­rate line item – Base Bid Item #11.
  • Con­trac­tor will com­ply with all safe­ty and work­ing per­mit instruc­tions from the client.
  • Con­trac­tor will clean and remove all job relat­ed debris includ­ing fix­tures removed for conversion.

WAR­RAN­TY:

  • Parts, mate­ri­als, and war­ran­ty infor­ma­tion will be as pro­vid­ed by man­u­fac­tur­er but in no case will be less than 12 months from final accep­tance date of project unless oth­er­wise stip­u­lat­ed through extend­ed war­ran­ty provisions.
  • Labor war­ran­ty will 12 months from final accep­tance date of project.

EXTEND­ED WARRANTY:

  • Option Item #1. Pro­vide extend­ed man­u­fac­tur­er war­ran­ty on radio equip­ment. Pro­vide cost, term, and terms and con­di­tions with bid documents.