SOLICITATION NOTICE
70 -- Hardware, Software and Installation Service -Satellite Earth Station, Athens, Greece
- Notice Date
- 1/23/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
- ZIP Code
- 20237
- Solicitation Number
- CON-03-0006
- Archive Date
- 2/18/2003
- Point of Contact
- Phyllis Bryan, Contracting Officer, Phone 202-619-2662, Fax 202-205-1921, - Gloria Sweetney, Contracting Officer, Phone 202-619-1623, Fax 202-205-1921,
- E-Mail Address
-
pbryan@ibb.gov, gjsweetn@ibb.gov
- Description
- The Broadcasting Board of Governors/ International Broadcasting Bureau (BBG/IBB), Office of Contracts, Simplified Acquisition Branch (M/CON/SA) has a requirement to procure the below-listed hardware, software and installation support to complete the Overseas Satellite Earth Station installation in Athens, Greece. This procurement will be conducted using the "Test Program for Certain Commercial Items" specified in Subpart 13.500 of the Federal Acquisition Regulation (FAR). Pursuant to FAR 12.603, the following constitutes both the synopsis and the solicitation: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; written proposals are herein being requested, and a separate written solicitation will not be issued. (ii) The solicitation number for this procurement is CON-03-0006 and this solicitation is issued as Request for Quotation (RFQ). (iii) incorporated provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2001-11, Title 48, December 31, 2002. (iv) The Contracting Officer has found and determined that the nature of the supplies to be provided is appropriate for an "unrestricted" procurement in accordance with FAR Subpart 19.502 entitled "Setting aside acquisition". (v) The following contract line items will be procured: Item 1. Part No. XSSL-OTP, Xpress Server Software License (includes Flash MX) for 2-5 concurrent users of the software. Quantity: 1ea; Item 2. Part No. XSSL-OTP, Xpress server software license (includes Flash MX) for 2-5 concurrent users of the software (Lab support version), Quantity: 1ea; Item 3. Part No. EMCL-25 EM Cell 25/25 object or interface increment, Quantity: 1ea; Item 4. Part No. SNMPCL-250, SNMP Cell 250 increment, Quantity: 1ea; Item 5. Part No. vrsi 7134-1, Driver: Vertex RSI 7134ST ACU, Quantity: 1ea; Item 6. Part No. vrsi DTR-1 Driver: Vertex RSI DTR, Quantity: 1ea; Item 7. Part No. vrsi 2000-1 Driver: Vertex RSI System 2000 Dehydrator, Quantity: 1ea; Item 8. Part No. L3uc18m-1 Driver: L-3 Comm UC18M-D5/1100 DBS Band Upconverter, Quantity: 1ea. Item 9. Part No. L3de12a-1 Driver: L-3 Comm DE12A/1 Block Downconverter, Quantity: 1ea; Item 10. Part No. L3ucs1-1 Driver: L-3 Comm UCS1-Ku 1:1 Upconverter Switch, Quantity: 1ea; Item 11. Part No. cpi7791-1 Driver: CPI 1.5kW VZU-7791s 12HPA, Quantity: 1ea; Item 12. Part No. agere5100-1 Driver: Agere (Lucent) 5100 Series Fiber Optic System, Quantity: 1ea; Item 13. Part No. DRV-T1-ST Driver: Development: Tier1, Standard Cycle, Quantity: 1ea; Item 14. Part No. DRV-T3-ST Driver: Development: Tier 3, Standard Cycle, Quantity: 1ea; Item 15. Part No. DRV-T4-ST Driver Development: Tier 4, Standard Cycle, Quantity: 1ea; Item 16. Part No.EM6060-11 EM6000 Element Manager: 6 RS -232 ports, one 10 base T Ethernet port, 100-250 VAC, Quantity: 1ea; Item 17. Part No. EM6060-11 EM6000 Element Manager: 6 RS-232 ports, one 10 base T Ethernet port, 100-250 VAC (Lab support), Quantity: 1ea; Item 18. Part No. XPRESS-SSS Silver Support and Maintenance Program, Quantity: 1yr; Item 19. Part No. ENG-1-OS Application and Configuration Services, Quantity: Estimated On site 1 week; Item 20. Part No. ENG-1-OS-CAB Cabling building and installation, Quantity: Estimated 3days; Item 21. Part No. ENG-TRWB-2 Web based remote assisted training, Quantity: 1 day; Item 22. Part No. OS-TE On site travel expenses to include (per diem, hotel, meals and other expenses) Quantity: 1ea. The Government will not consider proposals for alternate hardware/software. (vi) The hardware/software is being purchased to satisfy a requirement based on an international agreement with the Greek Government. (vii) Items 1-17 to be shipped FOB Destination NLT March 15, 2003 to International Broadcasting Bureau Engineering & Technical Ops. Room 4242, Cohen Building, (Inside Delivery), 330 Independence Ave., SW, Washington, DC 20237. Overseas installation by the contractor at the Athens, Greece facility must take place by March 31, 2003 (viii) The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items is hereby incorporated by reference. (1) Price quotations submitted in response to this RFQ that exceed the Simplified Acquisition Threshold (as specified in FAR Subpart 2.101, Definitions) will not be considered as responsive to this RFQ. (2) Offerors are reminded to submit their Duns Number with their proposal. (ix) FAR 52.212-2, Evaluation -Commercial Items applies to this acquisition. The Government will award a Contract resulting from this solicitation to the responsible offeror whose proposal conforming to the specification requirements contained herein and is most advantageous to the Government based on price. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commerical Items, with its offer. (xi) The FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition-with no addenda to the clause. (xii) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items applies to this acquisition as well as the following clauses contained with FAR Clause 52.212-5: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible veterans (38 U.S.C. 4212); 52.225-3, Buy American Act-North America Free Trade Agreement-Israeli Trade Act-Balance of Payments Program (41 U.S.C. 10a-10d, 19 U.S.C.3301 note, 19 U.S.C.3301 note, 19 U.S.C.2112note); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, 13129); 52-232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C 3332); 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241). (xiii) The following FAR clauses are also applicable to this procurement: 52.222-22, Previous Contracts and Compliance Reports and 52-247-34, F.O.B. Destination. There are no any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) necessary for this acquisition other than those consistent with customary commercial practices. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition. (xv) None of the CBD numbered notes are applicable to this procurement. (xvi) Offers are due not later than 4:00 p.m. EST, Monday February 3, 2003 and they shall reference RFQ No. CON-03-0006. Price Quotations may be sent via either facsimile to (202) 205-1921; e-mail at pbryan @IBB.gov or by mail to: BBG/IBB, Office of Contracts, 330 C Street, SW, Room 2512, Washington, DC, Attn: Phyllis Bryan. Offerors responding to this RFQ shall submit to the above-listed Acquisition Management Specialist the following information by mail, facsimile, or e-mail, as part of their price quotation: unit and extended price for the above-listed line-items, prompt payment terms, correct remittance address if different from the offerors mailing address, and a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Full text of all FAR clauses and provisions are available electronically at the following internet address: http://www.arnet.gov/far). Oral price quotations will not be accepted for this procurement. (xvii) Any questions related to this proposed procurement shall be in writing and shall be sent directly and only to the Acquisition Management Specialist, Phyllis Bryan. All responsible sources may submit an offer, which shall be considered by the Agency.
- Place of Performance
- Address: Athens
- Country: Greece
- Country: Greece
- Record
- SN00245056-W 20030125/030123213023 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |