SOLICITATION NOTICE
S -- Satellite Television Service - Statement of Work
- Notice Date
- 5/11/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
- ZIP Code
- 80912-2116
- Solicitation Number
- F3R7C00092A001
- Archive Date
- 6/3/2010
- Point of Contact
- Nadine Catania, Phone: 7195677332, Belinda B. Tindal, Phone: 719-567-5266
- E-Mail Address
-
nadine.catania@us.af.mil, belinda.tindal@schriever.af.mil
(nadine.catania@us.af.mil, belinda.tindal@schriever.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The combined synopsis/solicitation was added to assist with reading the information. Statement of Work is attached. 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) This solicitation is issued as a Request for Quote (RFQ) against solicitation number F3R7C00092A001 Cable/Satellite TV Service. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41. (iv) The North American Industrial Classification System (NAICS) Number is 517110 - Wired Telecommunications Carriers. This proposed acquisition is set-aside for SDVOB business. (v) The proposed acquisition consists of the following Contract Line Items Numbers (CLINs): (vi) A site visit will be conducted on 17 May 2010 at 10am. All contractors who will be attending the site visit must provide their name, social security number and name of company being represented to TSgt Nadine Catania by 3 PM (MST) on 13 May 2010. The individual driving on the installation will need to provide their name, drivers license number, social security number, make and model of vehicle, license plate number and company being represented. The Government will not furnish transportation for the contractors onto the installation. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Basewide Satellite/Cable TV Service 12 Months FFP NON-PERSONAL SERVICES: Provide all materials, labor, & equipment to provide a Satellite/Cable TV System with the ability to expand the continuing cable television service at Schriever AFB to include phase-in plan, labor, equipment (lifecycle), and material costs in accordance with attached Performance Work Statement and Appendices. Period of Performance: (1 Jun 10 - 31 May 11). FOB: Destination PURCHASE REQUEST NUMBER: F3R7C00011A003 SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AA 12 Months Monthly CATV Service FFP Provide satellite/CATV service to Schriever AFB, CO per attached Performance Work Statement. Period of Performance: (1 Jun 10 - 31 May 11). FOB: Destination PURCHASE REQUEST NUMBER: F3R7C00011A0030000AA SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 12 Months OPTION Option to install independent satellite FFP Option to install an independent satellite for use of Ambulance Services. Option should have access for premium channels as this is a 24 hour station. Period of Performance: (1 Jun 10 - 31 May 11). FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 12 Months OPTION Option to provide access_50 Users FFP Option to provide access for an additional 50 users over the IPTV system. Period of Performance: (1 Jun 10 - 31 May 11). FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 12 Months OPTION Option to provide access_100 Users FFP Option to provide access for an additional 100 users over the IPTV system. Period of Performance: (1 Jun 10 - 31 May 11). FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 12 Months OPTION Option to provide access_150 Users FFP Option to provide access for an additional 150 users over the IPTV system. Period of Performance: (1 Jun 10 - 31 May 11). FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 12 Months OPTION Basewide Satellite/Cable TV Service FFP NON-PERSONAL SERVICES: Provide all materials, labor, & equipment to provide a Satellite/Cable TV System with the ability to expand the continuing cable television service at Schriever AFB to include phase-in plan, labor, equipment (lifecycle), and material costs in accordance with attached Performance Work Statement and Appendices. Period of Performance: (1 Jun 10 - 31 May 11). FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001AA 12 Months OPTION Monthly CATV Service FFP Provide satellite/CATV service to Schriever AFB, CO per attached Performance Work Statement. Period of Performance: (1 Jun 11 - 31 May 12). FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1002 12 Months OPTION Option to install independent satellite FFP Option to install an independent satellite for use of Ambulance Services. Option should have access for premium channels as this is a 24 hour station. Period of Performance: (1 Jun 11 - 31 May 12). FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1003 12 Months OPTION Option to provide access_50 Users FFP Option to provide access for an additional 50 users over the IPTV system. Period of Performance: (1 Jun 11 - 31 May 12). FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1004 12 Months OPTION Option to provide access_100 Users FFP Option to provide access for an additional 100 users over the IPTV system. Period of Performance: (1 Jun 11 - 31 May 12). FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1005 12 Months OPTION Option to provide access_150 Users FFP Option to provide access for an additional 150 users over the IPTV system. Period of Performance: (1 Jun 11 - 31 May 12). FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 OPTION Basewide Satellite/Cable TV Service 12 Months FFP NON-PERSONAL SERVICES: Provide all materials, labor, & equipment to provide a Satellite/Cable TV System with the ability to expand the continuing cable television service at Schriever AFB to include phase-in plan, labor, equipment (lifecycle), and material costs in accordance with attached Performance Work Statement and Appendices. Period of Performance: (1 Jun 12 - 31 May 13). FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001AA 12 Months OPTION Monthly CATV Service FFP Provide satellite/CATV service to Schriever AFB, CO per attached Performance Work Statement. Period of Performance: (1 Jun 12 - 31 May 13). FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2002 12 Months OPTION Option to install independent satellite FFP Option to install an independent satellite for use of Ambulance Services. Option should have access for premium channels as this is a 24 hour station. Period of Performance: (1 Jun 12 - 31 May 13). FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2003 12 Months OPTION Option to provide access_50 Users FFP Option to provide access for an additional 50 users over the IPTV system. Period of Performance: (1 Jun 12 - 31 May 13). FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2004 12 Months OPTION Option to provide access_100 Users FFP Option to provide access for an additional 100 users over the IPTV system. Period of Performance: (1 Jun 12 - 31 May 13). FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2005 12 Months OPTION Option to provide access_150 Users FFP Option to provide access for an additional 150 users over the IPTV system. Period of Performance: (1 Jun 12 - 31 May 13). FOB: Destination SIGNAL CODE: A NET AMT vi) Description of requirements for the items to be acquired. SEE STATEMENT OF WORK (SOW) FOR SATELLITE/CATV SERVICE FOR SHRIEVER AIR FORCE BASE (SAFB), COLORADO Dated: January 2010 (vii) Date(s) Period of performance is 1 June 10. Place of delivery and acceptance: FOB point is Schriever AFB Colorado. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quotation on company letterhead stationery, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, and overall total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation Amendments. (ix) Provision at 52.212-2, Evaluation -- (a) Commercial items shall be used. The Evaluation as Commercial Items applies to this acquisition and that the Government will award a contract resulting from this solicitation to the responsive responsible quoter whose technically acceptable quote conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable. (x) Provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items applies and to that end, offerors must ensure that the representations and certifications have been completed in accordance with FAR 52.212-3 Offeror Representations and Certifications--Commercial Items on the ORCA website (http://orca.bpn.gov/publicsearch.aspx). (xi) Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items June 2009 Deviation. (xiii) Contract financing arrangements will not apply. The following additional clauses will apply: CLAUSES INCORPORATED BY REFERENCE 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-43 Fair Labor Standards Act And Service Contract Act - Price Adjustment (Multiple Year And Option) NOV 2006 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.245-1 Government Property JUN 2007 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.239-7002 Access DEC 1991 252.239-7004 Orders For Facilities And Services NOV 2005 252.239-7005 Rates, Charges, And Services NOV 2005 252.239-7006 Tariff Information JUL 1997 252.239-7007 Cancellation Or Termination Of Orders NOV 2005 252.239-7008 Reuse Arrangements DEC 1991 252.247-7023 Transportation of Supplies by Sea MAY 2002 CLAUSES INCORPORATED BY FULL TEXT 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years 6 months. (End of clause) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits YA01 ($42,314 - $60,612 annually/$3.35 per hour fringe benefits) (End of clause) 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, AFSPC/A7K, 150 Vandenberg Street, Peterson AFB CO 80914, (P) 719-554-5250, (F) 719-554-5299, A7K.wf@peterson.af.mil.Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.223-9001 Health and Safety on Government Installations. HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 Contractor access to Air Force installations. As prescribed in 5342.490-1, insert a clause substantially the same as the following clause in solicitations and contracts: CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Exhibit/Attachment Table of Contents DOCUMENT TYPE DESCRIPTION PAGES DATE Attachment 1 Performance Work Statement 15 JAN 2010 (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating will not apply. (xv) Date, time and place offers are due: Quotes must be received NLT 4:00 p.m. 19 May 2010 (Mountain Daylight Time (MDT)). Quotes received after this date and time will be considered late in accordance with 52.212-1(f), Late Submission, Modifications, Revisions, and Withdrawal of Offers and will not be evaluated. Quotes SHALL remain valid until 12:00a.m. hours 30 Jun 2010. (xvi) Individuals to contact for information regarding this solicitation: SSgt Belinda Tindal, Contract Specialist, Phone 719-567-5266, Email belinda.tindal@schriever.af.mil and Nadine Catania, Contracting Officer, Phone 719-567-7332, Email nadine.catania@schriever.af.mil Place of Performance: Schriever AFB, Colorado Postal Code: 80912 Country: UNITED STATES
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/50CS/F3R7C00092A001/listing.html)
- Place of Performance
- Address: 500 O'Malley Street, Schriever AFB, Colorado, 80912, United States
- Zip Code: 80912
- Zip Code: 80912
- Record
- SN02145606-W 20100513/100511234431-f14de239e3e9cf0ce4c204b87ad30ccf (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 |