Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2017 FBO #5829
SOURCES SOUGHT

D -- Subscription TV Service - Sources Sought TV Service for Offutt AFB

Notice Date
11/6/2017
 
Notice Type
Sources Sought
 
NAICS
#515210 — Cable and Other Subscription Programming
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
FA4600-18-R-0003
 
Archive Date
12/5/2017
 
Point of Contact
Russell J. Mihely, Phone: 4022325679, Colten D Atwood, Phone: 402-232-1452
 
E-Mail Address
russell.mihely@us.af.mil, colten.atwood@us.af.mil
(russell.mihely@us.af.mil, colten.atwood@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought TV Service for Offutt AFB PERFORMANCE WORK STATEMENT FOR TELEVISION PROGRAMMING SERVICE November 2017   TABLE OF CONTENTS Para Title Page 1. Description of Services 3 2. Services Delivery Summary 6 3. Government Furnished Property and Services 7 4. Contractor/Employee Base Pass and Identification 9 and Vehicle Passes Acronyms 11 Appendix A (Current Bid Schedule) 12   1. Description of Services. 1.1. Objective. The objective of this Performance Work Statement (PWS) is to provide business television programming service to 55th Wing and tenant activities on Offutt Air Force Base. 1.2. Scope of Work. The contractor shall provide all personnel, equipment, tools, materials, and other items necessary to provide business television services to Offutt AFB government owned facilities requesting service. This may include more than one receiver/cable box per building if needed to provide access to other television sets. If receivers/cable boxes are required for service at designated locations, the contractor shall ensure professional installation in location approved by the Contracting Officer (CO). The contractor shall ensure all service outlets can be independently operated. 1.3. Specific Requirements. 1.3.1. Materials and Supplies. The contractor shall provide all personnel, equipment, transportation, and supplies necessary to install, disconnect, troubleshoot, repair, and ensure uninterrupted business television service per the period of performance. The contractor shall provide a phase implementation plan due upon proposal submission to curtail service interruption. 1.3.2. Government Access Channel. If technically feasible, the contractor may provide at no additional cost, one Government Access Channel on the system for continuous noncommercial use by the government. The system shall be designed and constructed to permit the government to originate audio/video programming for the Government Access Channel from a single facility on Offutt AFB. 55 Wing Public Affairs shall provide the equipment needed to feed the source input to the channel(s). In addition to government programming, this system may also allow Offutt AFB to broadcast an emergency message to the base populace in the event of natural disasters and other emergencies. 1.3.3. Channel Lineup. The contractor shall provide a channel lineup of basic service available to all government users. Contractor shall submit the channel lineup with proposal for approval. Basic channels as a minimum shall include local channels (KMTV, WOWT, KETV, KPTM, KXVO), 24 hour news networks (CNN, Fox), Weather Channel (Local and Regional). 1.3.4. Technical Standards. All fiber and/or cable installations must meet specifications as outlined in commercial TIA and EIA specifications, Unified Facilities Guide Specifications UFGS-16713N Division 16-Electrical Section 16713N Fiber Optic Outside Plant Media. 1.3.5. Contractor Equipment Listing. Upon request, the contractor shall provide the government with maps, plats, or equivalent documents describing the location of all equipment, facilities, and materials on the base. 1.3.6. Government ducting usage. Contractor may be authorized access to utilize government owned ducts. Contractor shall request usage of government owned ducts for specific projects thru 55 CS/SCXP, Plan and Programs. Approval/authorization will be on a case by case basis. 1.3.7. Approval of Contractor's Construction Operations. The construction or placement of any equipment or facilities on the base by the contractor (including temporary buildings, if needed), as well as any alterations or additions to existing government property, shall be approved in advance by 55 CES. Approval of the placement or location of equipment or facilities may be denied, withdrawn, or modified at any time if essential to avoid or minimize interference with government operations or activities. 55 CES shall have the right to require the contractor to restore a site to its condition prior to the placement of equipment or facilities if withdrawal of approval for the placement of facilities is deemed essential. 1.3.7.1. Satellite systems are permitted, but must adhere to the limitations below. Location/siting of all satellite dishes if required shall be coordinated with the Contracting Officer (CO) and 55 CES. Proposals/submittals shall be approved prior to installation with the potential that the government may require the contractor to relocate the dish from the contractor's proposed location. If dish is installed without proper coordination, the contractor will be required to remove dish from site without cost to the government. All exterior equipment must be approved at Quarterly Facility Board Meeting. If any of the work involves any facilities in the Historical District, coordination from the Nebraska State Historic Preservation Office (SHPO) may be required. 1.3.8. If receivers are wireless, coordination must be made with the 55 CS in regards to allowable frequencies and permissions for those frequencies. Contractor shall provide proof of or lack thereof in regards to Part 15 certification as listed in Title 47 CFR 15 (http://www.access.gpo.gov/nara/cfr/waisidx_04/47cfr15_04.html). 1.3.8.1. For any transmitting device on to be installed on Offutt AFB the contractor shall provide information below to 55 CS (and submit a copy to the contracting officer): Power output Modulation type Exact frequency Equipment Manufacturer and Model number Antenna manufacturer and model number Antenna type (i.e., dish, vertical, yagi, etc.) Antenna gain (in dBi) Location of both the equipment and the antenna(s) in latitude/longitude and physical address/description of location 1.3.8.2. For any receiving device on to be installed on Offutt AFB the contractor shall provide the CO the following information: Equipment Manufacturer and Model number Antenna manufacturer and model number Antenna type Antenna gain (in dBi) Location of both the equipment and the antenna(s) in latitude/longitude and physical address/description of location 1.4. Continuity of Service. 1.4.1. Initiate or Discontinue Service. The contractor shall schedule connections and initiate service or discontinue service within (7) business days of receiving direction from the CO. 1.4.2. Repair Services. When notified to do so by the CO or the Contracting Officer Representative (COR), the contractor shall make repairs, as necessary, at the subscriber's location within 72 hours of initial contact. 1.4.2.1. When instructed by the CO or COR, the contractor shall respond to and make required repairs to 10 key connections within 24 hours. The COR maintains a listing of the connections that are considered key connections. 1.4.3. Upon completion of installation, repair or disconnect service, the contractor shall ensure the work area is returned to same condition as found. 1.4.4. Entry/Escort POC. The point of contact for the connection or outage request shall arrange for entry and escort service if required. 1.4.5. The Government may at any time terminate television services at any facility, outlet or drop without penalty. There shall be no "term" or minimum length of service required for television services at any location. 1.5. Demonstration of Performance. The contractor shall conduct at its own expense and with its own equipment all tests and measurements recommended or required by the FCC as set forth in Title 47 CFR Part 76 (https://www.law.cornell.edu/cfr/text/47/part-76) as that part exists on the effective date of this contract. At the direction of the CO, the provider shall conduct tests and measurements to demonstrate that the system meets or exceeds the industry technical standards. The CO may direct such tests and measurements whenever the CO has reasonable cause to believe that the system does not meet the industry technical standards. Immediately upon completion of any such test or measurement, the provider shall provide the results of such test or measurement, including raw data, summaries, and conclusions, to the CO. 1.6. PERSONNEL. 1.6.1. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of the primary, as well as an alternate contract manager shall be designated in writing to the CO. The contract manager or alternate shall be available during normal duty hours to meet on the installation with government personnel designated by the CO to discuss problem areas or emergency requirements. After normal duty hours, the manager or designated alternate shall be available by phone for emergency actions which cannot wait until the next normal duty day. 1.6.1.1. The contract manager and alternate(s) shall have full authority to act for the contractor on all matters relating to daily operations in the performance of the contract. 1.6.2. If requested, the contract manager shall be available for periodic meetings with the CO and supporting personnel to review the contractor's performance under this contract. 1.7. Quality Control. The contractor shall establish and maintain a quality control program to ensure the requirements of the contract are provided as specified and are in accordance with commonly accepted commercial practices and all federal, state and local rules and procedures. This program shall be made available to the contracting officer upon request.   2.0. SERVICES DELIVERY SUMMARY Performance Objective PWS Reference* Performance Threshold 1. Connection/ Disconnection Service. 1.4.1. (95%) No later than 7 duty days after contract modification was signed. (100%) No later than 14 duty days after contract modification was signed. No more than 3 validated complaints per month. 2. Repair Services. 1.4.2. (95%) Within 72 hours. (100%) Within 5 duty days. No more than 3 validated complaints per month 3. Complete Repairs in Key Areas. 1.4.2.1. (95%) Within 1 duty day. (100%) Within 2 duty days. No more than 3 validated complaints per month. 4. Return Work Area to Pre-visit Condition. 1.4.3. (95%) Within 3 duty days. (100%) Within 5 duty days. No more than 3 validated complaints per month.   3.0. Government Furnished Property & Services. 3.1. The Contractor shall provide and maintain its own business television infrastructures. Underground conduits or ducting will not be provided. All infrastructures will be installed and maintained at the contractor's expense. The current infrastructure is not owned by the government. 3.2. Use of Utilities. All reasonable quantities of utilities, not to exceed four months, shall be made available to the contractor without charge. Areas conferred to and controlled by contractor-owned housing will require reciprocal agreements between contractor and privatized housing contractor at no additional charge to the Government. 3.2.1. Temporary Connections and Equipment. Any temporary connections, lines, or equipment that may be required shall be installed, maintained, and removed by the contractor at his own expense and in a manner satisfactory to the CO. 3.2.2. Permanent Connections and Equipment. The government shall have the right to require the contractor to restore a site to its condition prior to the placement of equipment.   4.0. Contractor/Employee Base Pass and Identification and Vehicle Passes: The contractor shall comply with all requirements and procedures IAW FAR 5353.242-9000, Contractor Access to Air Force Installations. 4.1. Listing of Employees: The contractor shall maintain a current listing of employees. The list shall include the employee's name (Last, First, M.I.), date of birth, driver's license number and state of issue, SSN, work schedule hours and citizenship status. The list shall be maintained provided to the Government in electronic format. The list shall be updated within a week when an employee's status or information changes. 4.1.1. Pass and Identification and Base Entry: Limited number of contractor will be issued Common Access Card (CAC) or Defense Biometric Identification System (DBIDS) cards to enable access onto base and the various facilities requiring entry without escort. The contractor shall ensure the pass and identification items required for contract performance are obtained and renewed (as required) for employees and non-government owned vehicles. Contractors will be responsible for escorting all material trucks required for the project from the contractor gate to the job site and back off base. Escort privileges must be included in the CAC or DBIDS for an individual to be an escort. 4.1.2. Retrieving Identification Media: The contractor shall retrieve all government identification media, including vehicle passes from employees who depart for any reason before the contract expires; e.g. terminated for cause, retirement, etc. The contractor shall return all CACs issued to their personnel to the COR within 7 working days following completion/termination of the contract. 4.1.3. Reporting Requirements: Contractor personnel shall report to an appropriate authority any information or circumstances of which they are aware may pose a threat to the security of DOD personnel, contractor personnel, resources, and classified or unclassified defense information. Contractor employees shall be briefed by their immediate supervisor upon initial on-base assignment. 4.1.4. Weapons, Firearms and Ammunition. Contractor employees are prohibited from possessing weapons, firearms, or ammunition while on any Air Force Base or within any privately-owned or contractor-owned vehicle. 4.1.5. Routes: The contractor shall use only established roadways, entrances, and exits as prescribed by the Government Representative. 4.1.6. Locations: The contractor's employees shall be restricted to areas within the contract scope plus direct routes to and from the site from off base. 4.1.9. Seat Belts: The use of seat belts by all vehicle and equipment occupants is required at all times while in vehicles and movable equipment. 4.1.10. Parking: The Contractor's employees shall park only in areas designated by the facility manager for this purpose. 4.1.11. Vehicle Emblems: The contractor's commercial vehicles shall display emblems indicating the company name. 4.1.12. Communication Devices: The contractor shall not bring any cell phones into any USSTRATCOM facility and other facilities as designated by the facility manager or the escort official as applicable. The facility manager/escort official is responsible to ensure contractor is advised of policy prior to be granted access to the area. 4.1.13. All contractor vehicles (commercial and personnel) are subject to search prior to entrance and while on Offutt Air Force Base.   ACRONYMS CO Contracting Officer COR Contracting Officer Representative EIA Electronics Industries Alliance PWS Performance Work Statement TIA Telecommunication Industry Association   APPENDIX A DESCRIPTION OF SUBSCRIBER LOCATIONS Subscriber locations and totals are subject to change and will be designated via contract or modification. There are presently XXX CATV outlets located on base. Below is a listing detailing all current CATV outlets on Offutt AFB: (WILL ATTACH CURRENT BID SCHEDULE, STILL SUBJECT TO CHANGE AT THIS TIME)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/FA4600-18-R-0003/listing.html)
 
Place of Performance
Address: Offutt AFB, NE 68113, Offutt AFB, Nebraska, 68113, United States
Zip Code: 68113
 
Record
SN04732584-W 20171108/171106231119-3da0094f6983aae08f5649f13f4fefbe (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.