Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2003 FBO #0618
SOLICITATION NOTICE

D -- Information technology services, including telecommunications services

Notice Date
8/7/2003
 
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
BBGCON1003S5400
 
Response Due
8/22/2003
 
Archive Date
9/6/2003
 
Point of Contact
Marlene Brooks, Contracting Officer, Phone 202-205-9664, Fax 202-260-0855,
 
E-Mail Address
mbrooks@ibb.gov
 
Description
(i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED 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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii) SOLICITATION NO. BBGCON1002S5249-MB IS ISSUED AS A REQUEST FOR PROPOSAL (RFP) AND A CONTRACT WILL BE AWARDED USING THE CONTRACTING BY NEGOTIATION PROCEDURES. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15, dated July 24, 2003. (iv) This is a full and open procurement for fiber optic connectivity services under NAICS 513310, Wired Telecommunications Carriers. (v) Contractor shall furnish the services as described in the Statement of Work herein at a firm-fixed price per month for the following period(s): CLIN 1: Base Year - October 1, 2003 through September 30, 2004 CLIN 2: Option Year 1 - October 1, 2004 through September 30, 2005 CLIN 3: Option Year 2 - October 1, 2005 through September 30, 2006 CLIN 4: Option Year 3 - October 1, 2006 through September 30, 2007 CLIN 5: Option Year 4 - October 1, 2007 through September 30, 2008 (vi) STATEMENT OF WORK: The Broadcasting Board of Governors (BBG), Office of Cuba Broadcasting (OCB) has an immediate requirement, contingent upon the availability of funding, for a Contractor to provide OCB access to the BellSouth Miami Video Fiber Optic Switch, which provides various alternate sources of video not available on satellite and an alternate transmission path to broadcast BBG's program signal to Washington, DC in the event that the OCB Miami earth station becomes inoperable. Contractor shall provide broadcast quality connectivity from OCB headquarters facility to BellSouth's Miami Video Fiber Optic Switch. Contractor shall provide two (2) fiber optic circuits (one transmit/one receive) with appropriate terminating equipment between OCB's facility located at 4201 NW 77th Avenue, Miami, Florida and the BellSouth Miami Video Fiber Optic Switch facility located at 36 NE 2nd Street, Miami, Florida. FREQUENCY: The contracted fiber optic circuits from OCB to the BellSouth Miami Video Fiber Optic Switch must be available to OCB 24 hours a day, 7 days a week. QUALTIY: The circuits shall insure that the video signals meet commonly accepted broadcast standards as defined herein. TECHNICAL BROADCAST SPECIFICATIONS: (a) Video Frequency Response = 30Hz to 4.2 MHZ NTSC; (b) Video signal to noise, weighted CCIR = 50dB minimum, NTSC; (c) K-factor, 2T sin2 pulse and bar = 2% minimum; (d) Differential Gain at 3.58 MHZ (10% to 90% APL) = 2.5 degrees maximum; (e) Differential Phase shall not exceed 4 degrees maximum; (f) Audio operating level shall be +8 dBm where 0 dB = 0.775 volts across a 600 ohm load; (g) Audio Frequency Response (50Hz to 15 KHz) = plus or minus 1dB maximum; (h) Audio THD (Distortion) 50 Hz to 15 KHz = 1.5% maximum; and (i) Audio Signal to Noise, unweighted = 50dB minimum. OUTAGES/TROUBLE REPORTING: The Contractor shall be responsible to properly maintain the fiber links between the Miami Video Switch facilities and OCB's facilities to insure minimal disruptions. Any/all unscheduled circuit problems and outages shall be reported to OCB within 30 minutes of their occurrences. The Contractor shall maintain a 24-hour/ 7 days a week point of contact for all inquiries or requests for information by OCB. (vii) The contract term shall be from October 1, 2003 through September 30, 2004 with four (4) one-year options to extend the contract term; (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this solicitation. Interested contractors who are capable of performing these services should submit a capability statement (consisting of separate technical and price proposals) as noted below. The contractor shall have demonstrated ability and experience in performing the required services. Offerors are reminded to identify and submit their DUNS Number with their proposal. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice. (ix) The following factors shall be used to evaluate offers: [1] Technical proposal that demonstrates the offeror has previously and successfully delivered similar circuits and services. [2 ] Detailed narrative explaining its approach to meeting the specifications of this requirement, including ability to meet the stated schedule for completion. [3] Price and [4] Past Performance. The Government will award a firm-fixed price (FFP) contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government based on price, past performance and other factors. When combined, technical and price proposals will be approximately equal. The following factors and possible points shall be used to evaluate proposals: (a.) Past Performance (20 points); (b.) Familiarity with same or similar requirements (15 points); (c.) Understanding of requirement (15 points); and (d.) Price (50 points). (x) Offerors shall include a completed copy of the provisions at FAR 51.212-3, Offeror Representations and Certifications--Commercial Items with its offer. Proposals must also include Contractor's DUNS Number, prompt payment terms and correct remittance address, if different from mailing address. (xi) The clause at 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 Statues or Executive Orders--Commercial Items, including subparagraphs (b) (3,6,7,8 and 9) applies to this acquisition as well as the following clauses contained within FAR Clause 52.212-5: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3332). (xiii) FAR Clauses 52.232-18, Availability of Funds, FAR Clause 52.217-9 Option To Extend The Term of The Contract, and FAR Clause 52.237-3 Continuity of Services applies to this procurement. There are no additional contract 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) There are no CBD numbered notes which apply to this procurement. (xvi) Failure to provide any of the above required items may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address {http://www.arnet.gov/far}. Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral proposals will not be accepted. Questions must be submitted in writing to the Contracting Officer at the Email address or facsimile number provided at the end of this notice. Please note that the deadline for submission of questions is 11:00 a.m., Eastern Daylight Time, on August 15, 2003. Proposals may be faxed to (202) 260-0855. Proposals are due at the Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Room 2527, Washington, DC 20237 on August 22, 2003 at 2:00p.m., Eastern Daylight Time. (xvii) Contact Marlene Brooks, Contracting Officer, Telephone: (202) 205-9664, Facsimile: (202) 260-0855, Email: mbrooks@ibb.gov.
 
Record
SN00394535-W 20030809/030807213039 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.