Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2003 FBO #0753
MODIFICATION

D -- Cable/Satellite/Wireless Television Services

Notice Date
12/18/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 347 CONS, 4380B Alabama Rd., Moody AFB, GA, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-04-Q-0006
 
Response Due
1/12/2004
 
Archive Date
1/27/2004
 
Point of Contact
Steven Davis, Contract Specialist, Phone (229) 257-4704, Fax (229) 257-4032, - Patricia Solberg, Contracting Officer, Phone 229-257-4715, Fax 229-257-4032,
 
E-Mail Address
steven.davis@moody.af.mil, patricia.solberg@moody.af.mil
 
Description
***** This combined synopsis/solicitation has been extended until 12 Jan 2004, NLT 2:00 P.M. EST. ***** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The solicitation number for this agreement is FA4830-04-Q-0006 and is issued as a Request for Quotation. The Government intends to award one or more Firm-Fixed Price Blanket Purchase Agreements (BPA(s)) to offerors who can provide cable/ satellite /wireless television services on an as required basis and represents the best value to the government; this agreement is non-exclusive. Term of Agreement: Five Years. Extent of Obligation: The Government is obligated only to the extent of authorized calls made under the BPA. The contractor shall submit their proposed price list for the tiers of service offered in addition to a complete description of tier package features and system design. Specific agreement requirements may include completion of a Base Access Letter, License to use Real Property, and Franchise Agreement depending on the type of system proposed. The contractor shall have the capability to install, provide, and maintain commercial and government television programming to over 337 separate locations on Moody AFB with ability to add more points of service. Residential television programming subscription service is not included in this solicitation. Residential drops are defined as residential family housing units, not supported by 347 Communications Squadron and individual dormitory rooms on Moody AFB. The contractor shall provide a minimum of three service packages including a variety of programming to include 24 hour news and weather, sports, top broadcast shows, local broadcast affiliates, and one government access channel for use by Moody AFB. The minimum requirements for the packages are as follows: Plan A-56 Channels, Plan B-70 Channels, Plan C-100 Channels?Movie and Sports packages are optional in these plans. It is desirable for the contractor to have the ability to provide one Government Access Channel on the system for noncommercial use by the government. The system shall be designed and constructed to permit the government to originate programming for the Government Access Channel from the base?s multi-media center. The Government will provide the A/V equipment to inject the signal. The contractor shall furnish equipment required to inject standard audio and video, s-video, and composite video onto the contractor?s backbone equipment. The contractor shall ensure that the Government Access Channel cannot be viewed outside the base. It is also desirable for the contractor to provide an audio/video scrolling over-ride system for all units that are connected to the Moody AFB cable infrastructure. This system will allow Moody AFB to interrupt video and audio signals and have capability to broadcast an emergency message to the base populace in the event of natural disasters and other emergencies. Insertion of messages must occur at the wing command post. If a dial-in control system is used, password protection is required. The contractor shall provide, upon subscriber request, a channel locking devise or code that permits restriction of viewing premium channels and any other channel that may contain programming unsuitable for children. The contractor shall not provide pay per view to non-residential or official areas. The contractor shall furnish all necessary receivers and or cable boxes needed to provide cable service to official areas. This will include more than one receiver/cable box per building if needed to provide access to multiple television sets. The contractor shall provide the capability to independently select programming at each television. Splitting the signal to other televisions in the building is not acceptable service. The contractor must allow for expansion to new government facilities. The ability to rebroadcast television programming and the government access channel onto government LAN system for access by all Moody AFB network users will be considered a desirable feature of system design. The contractor shall install and maintain the necessary hardware to provide ten channels to the governments internet protocol television system in the form of very high frequency (VHF) channels 3 and or 4 on standard ?RG? coaxial cable. The government will provide, install, and maintain equipment needed to inject commercial and government programming onto the government LAN. The government will supply standard A/V production equipment for injection of the Government Access Channel signals onto Contractor?s system. The contractor shall maintain a telephone answering service for receiving complaints and requests for service and repairs during all hours when their business office is closed. The telephone number for the answering service shall be publicly listed and printed on each subscriber?s monthly bill. The contractor shall employ competent personnel to accomplish the work required. The contractor shall not hire off duty Air Force QAEs or any other person whose employment would result in a conflict of interest or would otherwise violate the Joint Ethics Regulation, DoD Directive 5500.7-R. The contractor shall provide in writing a point of contact (POC) and an alternate that shall be responsible for ensuring that the contract services are performed satisfactorily; these POCs shall have full authority to act for the contractor on all contractual matters. Any contract employee dealing with customers for installation or service shall be able to read, write, speak, and understand English. Invoices shall be submitted monthly for ?official government? drops; invoices will be paid by the Government Purchase Card. The contractor shall promptly respond to requests for service, including installation, connection, disconnection, and repairs. The contractor shall respond within 24 hours to any reported subscriber outages and within 4 hours to all system outages affecting more than 1 subscriber. The contractor shall complete priority work within 5 duty days. System outages will be restored within 24 hours of notification. If digging is required for repair, all cable will be reburied upon completion. Any new cable runs will be buried and contractor will attend a base digging meeting for approval. The contractor shall maintain a log showing, (1) the time and date of repair service requested; (2) the date and nature of the response to repair service requests; (3) the date, approximate time, and duration, type and probable cause of all head end, trunk, or distribution line service failures due to other than routine testing or maintenance; and (4) total time to restore outage. The contractor shall provide all outage log data upon request to the contracting officer or designated representative. The contractor shall offer upgrades to their system with current technology comparable to the local community and surrounding area as they become available. This agreement and subsequent modification will conform to FCC guidelines and standard industry practices. The government may add or terminate services at any building, outlet, or drop without penalty. There shall be no term or minimum length of service required for services at any location. Agreements may be terminated by either party with 30 days notice; there shall be no fee for terminating service. Construction of any equipment or facilities on the base requires the prior written consent of the Contracting Officer, the Base Civil Engineer, the Communications QAE, and other authorities required by standards and rules applicable to construction on base. The contractor shall submit to the Contracting Officer three sets of comprehensive system drawings, plans, and other relevant data; including but not limited to franchise drawings showing cable routings, typical service entrances, antenna tower sites, technical center locations and other construction details. Any time changes in cable routing, wiring, or other significant changes in facilities and equipment occur, the contractor shall submit three sets of revised drawings or other appropriate documents to the Contracting Officer (excluding routine maintenance and repairs not involving the installation of above ground/ below ground cables, poles or conduits or routine subscriber service connections and disconnections). The Contracting Officer may at any time direct the contractor to remove, relocate, or modify any equipment or facilities, including above ground/below ground cable. If the contractor is directed or receives permission to install its own cable carrying facility, the contractor grants to the government a free right of common use for purposes consistent with the operation of the cable system. Upon termination or expiration of the agreement, the contractor shall restore government property to the condition of such property before the installation of such facilities. If satellite services are proposed, contractors must minimize the number and size of satellite dishes used. The aesthetics of system design and proposed technology will be considered during the award evaluation. The contractor must provide a plant layout of Moody AFB which indicates all runs and amps needed for and /or installed on Moody AFB. Updates will be submitted within 5 working days. The contractor will ensure that the system is designed, installed, and operated in a manner which meets or exceeds the technical standards required or recommended by the FCC as set forth in 47 CFR Part 76. Required and recommended standards are considered mandatory and shall apply to all classes of television channels. The contractor recognizes that signal leakage or other interference, including emission, radiation, or induction from the cable or satellite system that affects the government?s air navigational, communications, or surveillance facilities, or other electronic device or equipment located on the installation may disrupt or endanger military activities and may pose a threat to the safety of both public and military personnel. The contractor shall submit a plan which outlines all necessary actions proposed by the contractor to prevent leakage or interference. The contractor shall conduct, at its own expense, all tests and measurements recommended or required by the FCC as set forth in 47 CFR Part 76. Testing to ensure compliance with 47 CFR Part 76 must be accomplished twice annually at the contractor?s expense; documentation of all testing and test results will be forwarded to the Contracting Officer. If the government suspects that there is reasonable concern the system does not meet the technical standards set forth, the contractor will be requested to accomplish out of cycle testing (at the contractor?s expense). The government may inspect and conduct tests and measurement of the contractor?s equipment and facilities at any time; disruption of contractor operations will be minimized. The following publications are considered mandatory: AFI 91-301, AFI 91-302, AFI 31-2001, NFPA Number 70/84, ANS 1-2, AFI 32-1023, FAA Standards for Markers and Lighting Obstruction to Air Navigation, and AFI 32-1044; a copy of these documents will be provided upon request. This solicitation incorporates provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2001-15, Defense Acquisition Circular (DAC) 91-13 Correction and Air Force Acquisition Circular (AFAC) 2003-0501. http://farsite.hill.af.mil/VFFARA.HTM). The solicitation is unrestricted. The North American Industry Classification System is 513210. FOB POINT: Destination. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Evaluation/Award will be conducted in accordance with FAR 52.212-2, Evaluation-Commercial Items, the Government will award blanket purchase agreements resulting from this solicitation to those offerors representing the Best Value to the Government considering price, aesthetic systems design, and state of the art technology offered. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). http://www.ccr.gov/index.cfm or 1-888-227-2423. Offerors shall include a complete copy of FAR 52.212-3. Offeror Representation and Certifications with their offer. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation at http://farsite.hill.af.mil/. The following FAR clauses apply to this solicitation and are incorporated by reference. FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.228-5 Insurance-Work on a Government Installation, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759), FAR 52.222-41 Service Contract Act of 1965. The Defense Priorities and Allocations System (DPAS) rating is S10. RESPONSE TIME: Request for Quotation will be accepted at the 347 Contracting Squadron located at 4380B ALABAMA ROAD, MOODY AFB GA 31699 no later than 2:00 P.M. EST on 12 Jan 2004. All proposals shall be marked with the RFQ number and the date and time for receipt. Facsimile and Email offers will be accepted at 229-257-4032. Contracting Officer: Patricia Solberg. The point of contact for this solicitation is Steve Davis, 229-257-4704, 229-257-4032 (fax), steven.davis@moody.af.mil.
 
Place of Performance
Address: Moody AFB GA
Zip Code: 31699
Country: USA
 
Record
SN00492204-W 20031220/031218212139 (fbodaily.com)
 
Source
FedBizOpps.gov 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.