SOLICITATION NOTICE
58 -- Sole Source HD Video-Head End System
- Notice Date
- 9/18/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- MZ85020
- Archive Date
- 10/7/2008
- Point of Contact
- Tara D Whitaker, Phone: 618-229-9485
- E-Mail Address
-
Tara.Whitaker@disa.mil
- Small Business Set-Aside
- N/A
- Description
- Referance #: MZ85020 The Defense Information Technology Contracting Organization (DITCO), Contracting Division, Net-Centric Services Branch, Hardware/Software Section (DITCO/PL8322), 2300 East Drive, Scott AFB IL 62225-5406, intends to issue a sole source contract to Toner Cable Equipment, for the purchase of HD Video-Head End System for WHCA. Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. This notice of intent expires at 8am CST on 22 Sep 08. Please contact Tara.Whitaker@disa.mil with questions. JUSTIFICATION AND APPROVAL TO PROCURE USING OTHER THAN FULL AND OPEN COMPETITION Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition of the proposed contractual action pursuant to the authority of 10 U.S.C. 2304(c)(1). Only one responsible source and no other supplies or services will satisfy agency requirements. JUSTIFICATION Agency and Contracting Activity: Requiring Activity: White House Communications Agency Contracting Activity: Defense Information Systems Agency/Defense Information Technology Contracting Organization, Scott Field Office 2. Nature/Description of Action(s). The Visual Information Command (VIC) is currently responsible for redistribution of network television broadcast feeds throughout the Agency’s Points of Presence (POPs). There is an operational need to provide real time news for situational awareness to the key leaders throughout WHCA and the White House Operations Center WOC). Key leadership is defined as the WHCA Director, Deputy Director, Chief of Staff, the Primary Staff Directorates (J1, J2, J3, J4, J5, J6 and J7) as well as the Presidential Communications Command (1st, 2nd and 3rd PCCs), Special Missions Command (SMC), Visual Information Command (VIC), and the Washington Area Communications Command (WACC). The engineering solution determined for building 399 will need to be implemented and mirrored at Camp David and other locations in order to provide Continuity of Operations during an outage In addition this project will meet the FCC DTV mandate by March 2009. The DTV transition is the switchover from analog (the traditional method of transmitting television signals) to exclusively digital broadcasting of free television programming. Congress has mandated that the use of digital television standards using the Advanced Television Systems Committee (ATSC) standard begin no later than February 17, 2009. 3. Description of Supplies/Services. This action is for a new firm-fixed price delivery order for Toner Cable to provide HD digital Head End System. This is a turn-key solution for the procurement of a 36 channel digital Head End System that will incorporate all the news and White House complex channels. It will also provide an in house training and digital signage channel that will be displayed throughout the building. Toner Cable will provide the necessary training and documentation and provide means of troubleshooting when applicable. 4. Identification of Statutory Authority. Other than full and open competition of the proposed contratual action pursuant to the authority of 10 U.S.C.2304(c)(1) and FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. 5. Demonstration of Contractor’s Unique Qualifications. This solicitation for supplies is specific to match same make and model of existing equipment currently in used at multiple locations to assure form, fit and function to a known and demonstrated level. The potential for incompatibility in form, fit, or function of potential alternative products would unnecessarily delay the required supplies and result in the loss of our ability to support the Executive Office of the President. Toner Cable designed and implemented the Head End System at our new Master Control facility and the same system must be mirrored at Bldg 399. We currently have bench stock and spares of Toner equipment. Our maintenance technicians are have been trained by Toner. Since Toner designed project there are some proprietary rights in regards to the design of the system. Items specifically manufactured by Toner are not available on the open market. The IOC-to-FOC timeline in place is in response to a very brief window of opportunity to amend an affected broadcast system and thus we must limit competition in an effort to streamline procurement to mitigate all unacceptable delays. Further, I believe it prudent to award solicitation to Toner to aid in tracking and delivery to aid in final receipt to end user. Toner Cable designs and builds Head End Systems using a standardized digital approach. Cable systems’ programming is manufacturer-neutral, allowing the channels to change or new capabilities when available. Their programming enables the cable systems to be available in all the rooms with QAM modulation having the same format from room to room. Standardized equipment configuration meets WHCA’s desire to maintain equipment interoperability and reduce costs associated with technician training to support maintenance requirements. 6. FedBizOpps Announcement/Potential Sources. A notice of intent to award a sole source contract to Toner Cable will be posted on FBO. The following provisions apply to this requirement: FAR 52.212-1 Instructions to Offerors-Commercial, 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt I, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Vets, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer, 52.239-1 Privacy or Security Safeguards, 52.222-22 Previous Contracts & Compliance Reports, 52.243-1 Changes-Fixed Price, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.252-5 Authorized Deviations in Provisions, 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.211-7003 Item Identification and Valuation, 252-212-7001 Contract Terms and Conditions, 252.243-7001 Pricing of Contract Modifications, 52.204-9000 Points of Contact, 252.232-7003 Electronic Submission of Payment Requests, 52.232-9000 Wide Area Workflow, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Foreign Transactions, 52.203-12 Limitations on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.215-20 Requirements for cost or Pricing Data or Information Other Than cost or Pricing Data, 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement, 52.232-17 Interest, 52.242-13 Bankruptcy, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications-Commercial Items, and 52.217-8 Option to Extend Services.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cc06523340ce5d18487ef0ab2bac5bcb&tab=core&_cview=1)
- Place of Performance
- Address: WHCA, Horsham, Pennsylvania, 19044, United States
- Zip Code: 19044
- Zip Code: 19044
- Record
- SN01674876-W 20080920/080918222735-cc06523340ce5d18487ef0ab2bac5bcb (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |