SOLICITATION NOTICE
D -- Television Service for NETC
- Notice Date
- 6/4/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 515210
— Cable and Other Subscription Programming
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, NETC & Regional Support Section, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
- ZIP Code
- 21727
- Solicitation Number
- HSFEEM-10-Q-0091
- Archive Date
- 6/25/2010
- Point of Contact
- Chance Caione,
- E-Mail Address
-
chance.caione@dhs.gov
(chance.caione@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items/services 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. Quotes are being requested and a written solicitation document will not be issued. It is incumbent upon contractors to monitor the FEDBIZOPS web page for any/all subsequent amendments. FEDBIZOPS also contains an option for automatic notification service. This combined synopsis/solicitation document and the incorporated provisions and clauses it contains are those in effect through Federal Acquisition Circular (FAC) 2005-38. The NAICS code for this requirement is 515210. The size standard is $15.0 million. This is an unrestricted acquisition. The National Emergency Training Center has a requirement for television service to be provided to the campus in order to support NFA and EMI classes and students. The contract will include one base year and four option years. The period of performance for the service will be for one year after the date of award. The location of the National Emergency Training Center is: 16825 South Seton Avenue Emmitsburg, MD 21727 This is a combined synopsis/solicitation (HSFEEM-10-Q-0091) and is supplemented with additional information included herein. Offeror shall provide the following: GENERAL REQUIREMENTS Scope of Work : The Contractor shall provide non-personal services including all management, supervision, personnel, transportation, tools, materials and other items and services necessary to construct, install, operate, and maintain a television head-end system at the National Emergency Training Center (NETC) in accordance with this Performance Work Statement (PWS), except as specified as Government-Furnished Property and Service. The Contractor shall provide and make operational, a television head-end system capable of providing television service used to feed 760 televisions on the Government Television System. Services and Programming : The Contractor shall provide a basic tier of service, which includes all services required by the rules of the Federal Communications Commission (FCC) and any other federal laws or regulation. The basic tier service with 60 channels including NFL Network and local network channels shall be provided and connected to the head-end system. INSTALLATION AND MAINTENANCE Installation Approval : The Contractor shall not undertake any installation of any equipment or facilities (including temporary equipment or facilities) without prior guidance or written consent of the CO. As a prerequisite to obtaining such approval, the Contractor shall submit to the CO or Government designated representative detailed equipment for the installation, scheduled work plan and other relevant data as may be requested by the Government. This includes, but is not limited to, detailed work plan, equipment list, electrical requirements and other related installation details. Project Management : The Government will provide Project Management during the entire scope of the installation and acceptance phases for NETC. The Project Manager (PM) will work with the Contractor during the installation and acceptance portions of this project. Installation Standards : The Contractor shall construct, install, and maintain the head-end system and interior wiring in Government facilities in a safe and reliable manner. Installation will be in conformance with applicable federal regulations and national professional codes. At the CO's or designated Government representative's direction, the Contractor at their own expense, shall remove, replace or modify any equipment or facilities, including drops, connections and wiring, that the CO or designated Government Representative determines are unsafe, unsightly or otherwise unsuitable. SERVICE AND REPAIRS The Contractor shall provide a service/repair phone number to the Government. The Contractor will begin work on "service interruptions" promptly and with limited exceptions approved by the CO, 24 hours after the interruption becomes known. The Contractor must begin actions to correct service problems the next business day. Technician will follow up with work order originator upon work completion for validation purposes. Equipment Ownership : The Government shall retain ownership of all satellite television equipment to include receivers, receiver cards, remote controls, satellite dishes, rack mounted monitor with remote control and all associated cable, connectors and equipment. Contractor support shall include all software patches, vulnerability fix solutions, troubleshooting, hardware replacement and system maintenance at no additional cost to the Government. Contractor will clear work area of all work related residuals and debris upon completion of work order or when departing for day. TECHNICAL REQUIREMENTS Signal Leakage : The Contractor shall take all necessary action, including testing, maintenance, and coordination with Government personnel, to prevent any signal leakage or interference. Upon receiving notice from whatever source, including the Contractor's own testing and monitoring activities, of such leakage or interference, the Contractor immediately shall take corrective action, at its own expense to eliminate any such leakage or interference. Compliance with the technical standards set forth or incorporated in this contract shall not relieve the Contractor of its obligations arising under this subparagraph. Take signal level readings at each building demarcation and TV location. Document levels and submit recommendations toward signal integrity & balance. GOVERNMENT FURNISHED PROPERTY AND SERVICES Utilities : The Government will provide all utilities needed for normal administrative operation including electrical power to operate equipment. Any damage done by the Contractor to NETC facilities will be repaired at Contractor's expense. The Contractor shall expect work stoppages for mission priorities. Technical and/or administrative questions must be submitted in writing to chance.caione@dhs.gov no later than 11:00 a.m. Eastern Standard Time, Tuesday, June 8, 2010. Individual responses will not be given. Responses to all inquiries will be published by amendment to the solicitation on the FedBizOps site. Inquiries and information received after the established deadline shall not be considered for this particular acquisition. Oral communications are not acceptable in response to this notice. Only written inquiries will be accepted. E-mail inquires must be in MS Word, Excel, or PDF format. EVALUATION FACTORS FOR AWARD: The Government intends to award a Firm Fixed Price purchase order resulting from this solicitation to the responsible offeror whose offer is the Best Value, price and other factors considered. The technical and past performance factors, factors a. and b. below, combined are significantly more important than price and are listed in descending order of importance. However, price may become a critical factor in the event that two or more offerors are determined to be essentially equal following evaluation of technical and past performance factors. Evaluation of price will be based on the offeror's total price for all line items. The factors identified below are in descending order of importance and will be the evaluation factors used to evaluate all offers received. a. Technical (1) Offerors shall provide in sufficient detail a technical quote that demonstrates the offeror's experience in providing services similar in nature and scope to this requirement. In addition, the quote must meet or exceed each of the requirements identified in the additional information section. (2) Offerors must be actively registered with the CCR system prior to award per Federal Acquisition Regulation (FAR) 4.1102. Failure to be actively registered will result in disqualification from award consideration. Website is http://www.bpn.gov. Further information may be obtained at website http://orca.bpn.gov or http://www.ccr.gov. (3) A completed 52.212-3 (Mar 2005), Offeror Representations and Certifications/Commercial Items or certification that annual representations and certifications have been completed via the Online Representation and Certification Application (ORCA) via the ORCA website at www.bpn.gov. b. Past Performance - Offerors shall list at least three recent contracts of similar size and complexity held within the last three years. Past Performance information shall contain the names and phone numbers of the contracting officer or other individual who can verify past performance information. In the case of an offeror without a record of relevant past performance the past performance will be rated as neutral. c. Price - Offerors shall provide a firm fixed price in response to this combined synopsis/solicitation. The offeror's initial quote shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a purchase order without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to award to other than the lowest priced offeror if the Government determines that a price premium is warranted due to technical merit. The Government reserves the right to award to other than the highest technically rated offeror. The Government reserves the right to make no award as a result of this solicitation. PROVISIONS AND CLAUSES: All referenced FAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/vffar1.htm and HSAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/VFHSARA.HTM. All quotes must include a completed 52.212-3 (Mar 2005), Offeror Representations and Certifications/Commercial Items or certify that annual representations and certifications have been completed via the Online Representation and Certification Application (ORCA) via the ORCA website at www.bpn.gov. Of the available clauses, the following apply and are incorporated by reference: 52.212-1 (Jan 2006), Instructions to Offeror -- Commercial Items. The clause 52.212-4 (Sep 2005), Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference. The clause 52.212-5 (Jan 2006), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items: 52.233-3, Protest After Award (AUG 1996); 52.222-50 -- Combating Trafficking in Persons; 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 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 (Dec 2001); 5.225-1, Buy America Act-Supplies (June 2003); 52.225-2, Buy America Act Certificate (June 2003); 52.225-3, Buy America Act-Free Trade Agreement-Israeli Trade Act (June 2006); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003). Quotes along with descriptive literature shall be submitted to the Department of Homeland Security/FEMA, National Emergency Training Center, Attn: Chance Caione, Bldg. D/Room 104, 16825 South Seton Avenue, Emmitsburg, MD 21727, via fax on (301) 447-1242, or via e-mail to chance.caione@dhs.gov (email quotes are preferred). Quotes shall be submitted no later than 2:00 P.M. Eastern Standard Time, Thursday, June 10, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFEEM-10-Q-0091/listing.html)
- Place of Performance
- Address: National Emergency Training Center, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
- Zip Code: 21727
- Zip Code: 21727
- Record
- SN02168820-W 20100606/100604234852-8c60fd971e4c6e4d7364f50d6c4a7be6 (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 |