Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2013 FBO #4388
SOLICITATION NOTICE

R -- Miami Area Fiber Circuit Video Connectivity - Attachment No. A

Notice Date
11/27/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
BBG50-R-14-0005
 
Archive Date
1/12/2014
 
Point of Contact
Myria Carpenter, Fax: 202-382-7870, Herman P Shaw, Fax: 202-382-7870
 
E-Mail Address
mecarpen@bbg.gov, hshaw@bbg.gov
(mecarpen@bbg.gov, hshaw@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment No. A - Past Performance References (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-14-0005 is issued as a Request For Proposal (RFP) and a contract 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 2005-70, dated September 30, 2013. (iv) This is a total small business set aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 517919 and the small business size standard is $30.0 M. (v) The contractor shall be required to provide the following Contract Line Item: a dual digital fiber optic circuit (one transmit/one receive). (vi.) The Broadcasting Board of Governors (BBG), Office of Cuba Broadcasting, (OCB), requires a contractor to provide two (2) digital fiber optic circuits (one transmit/one receive) with appropriate terminating equipment between OCB’s facility located at 4201 NW 77th Avenue, Miami, Florida and The Miami video switch facility at 18321 W. Dixie Highway, Miami. www.theswitch.tv. The performance period shall be for one year beginning 1 January 2014 through December 31, 2014, with four (4) one-year options. The fulfillment of this requirement provides OCB access to the Miami Video Switch, which provides various alternate sources of video not available on satellite and an alternate transmission path to broadcast our program signal to Washington, DC in the event that the OCB Miami earth station becomes inoperable. The fiber optic circuits (one transmit/one receive) from OCB to the Miami Switch shall be available to OCB for 24 hours a day, 7 days a week. The circuits shall insure that the video signals shall meet commonly accepted ITU-R BT.656 and SMPTE-259M Digital broadcast standards. Connectivity via Serial Digital Interface (SDI) with customer embedded audio. SDI is standardized in ITU-R BT.656 and SMPTE-259M, as a digitized video interface used for broadcast grade video. The Contractor shall be responsible for properly maintaining the fiber links between the Miami Switch facilities and OCB’s facilities to insure minimal disruptions. All unscheduled circuit problems and outages shall be reported to OCB within 30 minutes of their occurrences. Contractor shall maintain a 24-hour/7days a week point of contact for all inquiries or requests for information by OCB. (vii) The contract term will begin with service beginning on January 1, 2013, through December 31, 2013, with four (4) subsequent 1-year option periods beginning on January 1 of each option period, if exercised. The Contractor shall submit a monthly invoice electronically to OCB, for services provided the preceding month. (viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services. Interested contractors must provide in their proposal a narrative about how they will address security requirements, in addition of listing similar projects with the same or like requirement, budgetary estimates, and the names, addresses, telephone numbers, and email addresses of references who have direct knowledge of the contractor’s skills and experience. Contractor qualifications shall included but not be limited to: a) prior experience; b) A successful contracted fiber optic circuits (one transmit/one receive) currently available 24 hours a day, 7 days a week accomplished in such a way as to ensure acceptance by its customer; and c) sufficient personnel and equipment to air OCB’s programming is available to comply with all contract requirements. Offerors responding to this solicitation shall submit the following items to the contracting officer: [1] Narrative and detailed information on service requirement and identified in the contractor’s Quality Control Plan, the proposed commitment in meeting the specific timeframe hours/days and the performance measures that the offeror will take to meet all contract requirements; [2] Detailed information on past performance, including recent (within last 3 years from date of this notice) and relevant contracts for similar services and other references including contract numbers, points of contact with telephone numbers, email addresses and other relevant information; and [3] Prices for all of the listed CLINS must be provided in English and United States dollars. (ix) FAR clause 52.212-2 Evaluation-Commercial Items, applies to this acquisition. The Government will award a Commercial Item, Firm-Fixed-Price, contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based on price, technical, past performance, and other factors in the solicitation. 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 description of the approach that they will take to meet the requirement (Management Approach); 2) The contractor’s understanding of the requirements and ability of the contractor to provide the required services meeting the technical requirements stated herein (Contractor Qualifications); 3) A description of their organization and its demonstrated capabilities in performing the service requirement and schedule (Capabilities Statement); 4) Detailed information on past performance and relevant contracts for similar services with a minimum of three (3) references including contract numbers, points of contact with telephone numbers, email and other relevant information. Offerors are to use Attachment A "Past Performance References" to provide that information. (Past Performance); and 5) A separate Price Proposal showing a breakdown of the price for the above CLIN (Price). Prices for the listed CLIN must be provided in English and United States dollars. 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 System for Award Management (SAM) Web site at: https://www.sam.gov/portal/public/SAM/ prior to award. 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. The addendum is as follows: CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR), who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (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: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (31 U.S.C. 3332). (xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-9 Option to Extend the Term of the Contract and 52.237-3 Continuity of Services. There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. (xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. (xv) Failure to provide any of the above-required CLIN may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral, fax or email proposals will not be accepted. Questions must be submitted in writing to the contract specialist at the email address or facsimile number provided at the end of this notice. Please note that the deadline for submission of questions is December 4, 2013, by 12:00PM, Eastern Time. Questions must be submitted in writing by email to: mecarpen@bbg.gov. Proposals shall be submitted is an original and three copies must be sent via courier or overnight delivery prior to the deadline. Proposals are due at the Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007F, Washington, DC 20237 on December 12, 2013, at 12:00PM, Eastern Time. (xvi) Contact: Myria Carpenter, Contract Specialist, Telephone: 202-205-8597, Facsimile 202-260-0855, 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-14-0005/listing.html)
 
Record
SN03242248-W 20131129/131127234110-a62d25d9e0b702a1e06ee3fb0949e8d7 (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.