Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2011 FBO #3492
SOLICITATION NOTICE

N -- Tinian Wind Analysis Equipment Installation - Nomad 2 Installation and Operation Manual - Installation Instructions - Guy Wire Installation Directions - SF - 1449 - Nomad Desktop Help Manual

Notice Date
6/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
BBG50-R-11-0017
 
Archive Date
9/5/2011
 
Point of Contact
Myria Carpenter, , Herman Shaw,
 
E-Mail Address
mecarpen@bbg.gov, hshaw@bbg.gov
(mecarpen@bbg.gov, hshaw@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
Nomad Desktop Help Manual Standard Form 1449 Guy Wire Installation Directions Installation Instructions Nomad 2 Installation and Operation Manual (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM 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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii) Solicitation No. BBG50-R-11- 0017 is issued as a Request For Proposal (RFP) for a Firm-Fixed price purchase order that will be awarded using the contracting by negotiation procedures in FAR Part 15. (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-52, dated May 31, 2011. (iv) This is a full and open competition. The North American Industry Classification Systems (NAICS) code for this acquisition is 237130. (v) The contractor shall provide the following Contract Line Item (CLIN) : 1. Provide installation of equipment to complete a wind analysis. (vi) The Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB) Governors requires a contractor to install equipment necessary to conduct a wind analysis at the Robert E. Kamosa Transmitting Station located on the island on Tinian in the Northern Mariana Islands. The work shall be performed in accordance with the installation coordination included in all Attachments to this RFP. Final acceptance of the system must include transferring collected data to Nomad desktop PC at BBG headquarters in Washington, DC. (vii) The Period of Performance is 60 days after award. The anticipated date of award is July 15, 2011. (viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Interested contractors who are capable of providing these services should submit a proposal demonstrating their ability and experience in providing the required services. CONTRACTOR QUALIFICATIONS SHALL INCLUDE BUT NOT BE LIMITED TO: A) ability to complete equipment installation and B) demonstrated experience in same and/or similar equipment installation preferably in overseas environment. OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT AT MINIMUM, THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) a technical proposal which addresses the factors described below in (ix) and (2) and a price proposal in accordance with (ix). The Price Proposal must contain a copy of the SF 1449 which is attached to this notice and Attachment A entitled "Schedule Service and Price" filled out by the Offeror. (ix) The Federal Acquisition Regulation (FAR) provision FAR 52.212-2 Evaluation-Commercial Items, applies to this solicitation. The Government will award a Commercial Item, Firm-Fixed-Price, purchase order resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based on technical approach, experience, past performance, and price. When combined, technical evaluation factors are approximately equal to cost/price. THE FOLLOWING FACTORS SHALL BE ADDRESSED IN THE TECHNICAL PROPOSALS AND SHALL BE USED TO EVALUATE PROPOSALS: 1) The contractor must provide a narrative detailing the approach that they will take to meet the requirement. The contractor must illustrate its understanding of the requirement and its ability to provide the required services stated herein. The contractor must provide resumes and training information for the boom's installers (riggers). The contractor shall provide a safety plan in accordance with Occupational Safety and Health Administration (OSHA) fall protection requirements. The contractor shall submit a brief description of their company's business and provide a company point of contact including address, e-mail address, telephone number, fax number and the company's web-page address. (Technical Approach); 2) The Offeror shall provide recent examples (within the past three (3) years) demonstrating its experience in providing the services required under this Solicitation to Governmental and/or commercial customers. Examples provided should be of the same and/or similar services specified herein. (Experience) 3) Detailed information on past performance and relevant contracts for same and/or similar services with a minimum of three (3) references including contract numbers, points of contact with telephone numbers and email addresses (i.e., the point of contact who can verify performance) (Past Performance) and 4) Separate Price Proposal showing a price breakdown for CLIN above. The prices for shall be provided in English and United States dollars. The Price Proposal must contain Attachment A entitled "Schedule Service and Price" filled out by the Offeror and a signed copy of the SF 1449 which is attached to this notice. Offerors are cautioned that failure to address each of the above factors may deem their proposal unacceptable. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 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. The contractor must be registered on-line with the Central Contractor Registration (CCR) Web site at: http://www.ccr.gov/Start.aspx. 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. (xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum 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 solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010); 52.219-8 Utilization of Small Business Concerns (May 2004); 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity(May 2007) (E.O. 11246); 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010); 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). (xiii) There are no other additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. NOTE: See Government-Wide Numbered Notes 13 and 25. (xiv) No Defense Priorities and Allocation System (DPAS) rating assigned. (xv) Failure to provide the required services for the above CLIN may result in the rejection of your proposal. Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral, faxed or emailed proposals will not be accepted. Please note that questions must be submitted in writing to Myria Carpenter by email (mecarpen@bbg.gov) or fax (202-382-7870) and received before the deadline of 12:00 p.m., Eastern Standard Time on June 23, 2011. Technical Proposals shall be submitted as an original and three copies and Price Proposals shall be submitted as an original and one copy. All proposals must be sent via courier or overnight delivery and must be received before deadline. Proposals are due at the Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007B, Washington, DC 20237 on July 5, 2011, at 12:00PM, Eastern Time. (xvi) Contact: Myria Carpenter, Contract Specialist, Facsimile 202-382-7870, email: mecarpen@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-11-0017/listing.html)
 
Place of Performance
Address: Tinian in the Northern Mariana Islands, United States
 
Record
SN02473422-W 20110617/110615234748-0e5d42a50d32748c5d1bdf3d8a3d47b4 (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 |
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.