SOLICITATION NOTICE
D -- New York, N.Y. Statue of LIberty N.M. Troch Cam Internet Capability Services
- Notice Date
- 3/1/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NER - NPNH MABO - National Parks of New York Harbor MABO 210 New York Avenue Staten Island NY 10305
- ZIP Code
- 10305
- Solicitation Number
- P12PS21183
- Response Due
- 3/9/2012
- Archive Date
- 3/1/2013
- Point of Contact
- Yeny Reyes Contracting Officer 2123633206120 yeny_reyes@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items 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 will not be issued. This is a Request for quote (RFQ). This procurement is being issued as unrestrictited, using full and open competition. The North American Industry Classification System (NAICS) code for this project is 517919 with a business size standard of 25.0M. This Procurement is being advertised using simplified acquisition procedures and Commercial Purchases pursuant to Federal Acquisition Regulations (FAR) Part 12 and FAR Part 13. STATEMENT OF WORK: INTRODUCTION In October of 2011, to celebrate the 125th anniversary of the Statue of Liberty, Earth Cam, an internet based construction monitoring service based in New Jersey, donated and installed camera equipment on the Statue's torch for real time recording and transmission via the internet of images of New York Harbor, Ellis Island, the grounds of Liberty Island, and the torch itself. Earth Cam also designed the web pages for display of what is now known as the Torch Cam (see below). However, the company does not have the capability to broadcast this material over the internet. That must be done by, an internet service provider, which is the purpose of this requisition. The Torch Cam was donated through the Statue of Liberty - Ellis Island Foundation. Since October 28th, when the Torch Cam went "live," four months of internet service were also donated, which ended in February, 2012. Torch Cam has been extremely popular with the public and has become a useful tool in promoting the park and its programs, as well as the fundraising activities of our partners. It is an integral component of our New- and Social-Media program, and an efficient mean of connecting with underserved audiences. A similar effort is in place at the Flight 93 Memorial in Pennsylvania, and has been proposed for the Washington Monument. Activities such as this are supportive of the Director's Call to Action. SCOPE OF WORK The National Park Service (NPS) requires a microwave based internet access service capability for the Torch Cam operation at the Statue of Liberty for one year with the option to renew for four additional years. OBJECTIVE Enable seamless public access to the Statue of Liberty's Torch cameras through the internet. TASKS The Internet service provider (ISP) vendor shall provide (1) 5 MB wireless microwave internet service connection from Liberty Island to the internet.The ISP vendor shall provide the service activation of the 5 MB microwave service connection.The ISP vendor shall provide, install, and maintain the microwave dish that they will install at a NPS designated antenna station location on Liberty Island. The ISP vendor shall provide installation which shall include all necessary mounting hardware for the microwave dish. The vendor shall, using Category 6 network cabling (appox. 20') terminate the microwave 5 MB internet service connection on an RJ45 network connector which NPS or designated authorized personnel will then be connect to an existing Local Area Network switch (NPS demarcation point). The ISP vendor shall provide NPS (1) static IP network address for the 5 MB microwave internet service connection. The ISP vendor shall provide their standard commercial service to include credit for down time, technical support and onsite service as required. The service will include, as a minimum:24/7 monitoring service for the 5 MB microwave internet service connection to the NPS demarcation point.Upon detecting service issues, shall notify a NPS designated point of contact. If service issue is determined to be an ISP vendor technical issue, the vendor shall resolve the technical issue. If the NPS detects service issues, NPS shall report the service issue to the ISP vendor for resolution. Any down time associated with power outage at the Statue of Liberty will not be the responsibility of the vendor. DELIVERY Installation of equipment on Liberty Island must be completed, and equipment made operational within two weeks of award. GOVERNMENT FURNISHED PROPERTY The microwave dish will be installed on the existing NPS antenna on Liberty Island. No other government property, supplies or equipment will be available to the vendor. All vendor installed equipment remains the property of the vendor and will be removed at no cost to the Government at the end of the contract. SECURITY Liberty Island is a high level security zone, and access is only available by water transportation via public ferry from either Liberty State Park in Jersey City, New Jersey, or Battery Park in New York City. Special arrangements at other locations may be necessary for transportation of certain types of large equipment. In no case may the activities required for the accomplishment of these tasks cause inconvenience to park visitors. Pre- or post-operating hour access may be arranged if necessary. The vendor will be responsible for securing transportation. All persons, equipment and materials accessing the island must undergo airport style security screening through one of two access portals, Liberty State Park in Jersey City, New Jersey, or Battery Park in New York City. Persons desiring access must produce at least one piece of government issued identification. Access permission and credentials must be arranged through the park at least two days in advance through a designated park contact. SITE VISITA formal site visit has been scheduled to take place March 6, 2012 at 10:00AM local time. Contractors interested in attending should notify Yeny Reyes at yeny_reyes@nps.gov or via telephone at 212-363-3206 ext 120 no later than Monday, March 5, 2012 by 12 noon local time. Contractors will be required to present a Government issued ID prior to accessing the site. PLACE OF PERFORMANCE Liberty Island, located within the boundaries of New York City in Lower New York Harbor. PERIOD OF PERFORMANCE Base year: March 15, 2012 through February 28, 2013Option Year 1: March 1, 2013 through February 28, 2014Option Year 2: March 1, 2014 through February 28, 2015Option Year 3: March 1, 2015 through February 29, 2016Option Year 4: March 1, 2016 through February 28, 2017 Bid Schedule: Base Year:Monthly Service ________/month X 12 = ________ Installation Charge ________ Total Base Year _________Service Charge + _________ Installation Charge = __________ Option Year 1: Monthly Service ________/month X 12 = ________ Option Year 2: Monthly Service ________/month X 12 = ________ Option Year 3: Monthly Service ________/month X 12 = ________ Option Year 4: Monthly Service ________/month X 12 = ________ A technically acceptable will meet or exceed the following criteria:(1) Have at least five (5) years of experience performing similar services as required in this solicitation. (2) The contractor shall provide sufficient documentation of satisfactory past performance on recent contracts preferably performed within the past five (5) years of similar scope, size and complexity as this one. Information on the references shall include name of the company, point of contact, phone number, description of the work provided, total amount of contract. Please provide three references. TECHNICAL PROPOSAL SUBMISSION REQUIREMENTS:a. The two (2) technical factors are of equal importance to each other and when combined are approximately equal to price. It is the Government's intent to utilize low price, technically acceptable selection procedures to award the contract to the offeror whose proposal is considered to be most advantageous to the Government, price and technical factors considered. CONTENT OF PROPOSAL:a.The offeror shall submit the information via email to NPNHContracting_BidProposal@nps.gov with a courtesy copy to yeny_reyes@nps.gov.b.Bid Schedule- Offerors shall enter price(s) for each bid item listed in the Bid Schedule. Bids must be submitted on all items. Failure to bid on all items may result in the Bid being rejected as non-responsive. Failure to submit sufficient information for the Government to determine technical capability may be cause for the rejection of the quote. FORMAT FOR PROPOSALS:a. Electronic deliverables will be accepted. DELIVERY ADDRESS OF PROPOSALS:NPNHContracting_BidProposal@nps.gov with a courtesy copy to yeny_reyes@nps.gov or Fax: 212-363-8343 PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government' Interst When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-50, Combating Trafficking in Persons; FAR 52.233-4, Applicable Law for Breach of Contract; FAR 52.222-3, Convict Labor; FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.219-28 - Post-Award Small Business Program Rerepresentation; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services Requirements; FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.225-3 Alt 1, Buy American Act; FAR 52.225-13 Restriction on certain foreign purchases; Executive Order 13513, Prohibition on text messaging and using electronics while driving, FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.252-2, Clauses Incorporated by Reference; 52.217-5, Evaluation of Options; 52.232-18 Availability of funds; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract. Your quote must list your DUNS number, CAGE code, with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on March 9, 2012 by 12:00 noon. Questions regarding this solicitation be made by contacting Yeny Reyes at 212-363-3206 Ext 120. or by email at yeny_reyes@nps.gov(End)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS21183/listing.html)
- Place of Performance
- Address: Statue of Liberty N.M.New York, N.Y. 10004
- Zip Code: 10004
- Zip Code: 10004
- Record
- SN02686519-W 20120303/120301234558-f1d5e3c073cd387a61139a42b640c70e (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 |