Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2004 FBO #0809
SOLICITATION NOTICE

D -- Cable and Other Program Distribution

Notice Date
2/12/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
 
ZIP Code
20237
 
Solicitation Number
BBGCON3604S5435-KSH
 
Response Due
2/25/2004
 
Archive Date
3/11/2004
 
Point of Contact
Karen Harper, Contracting Officer, Phone 202-205-9030, Fax 202-260-0855,
 
E-Mail Address
krose@ibb.gov
 
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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii) SOLICITATION NO. BBGCON0436S5435-KSH IS ISSED AS A REQUEST FOR PROPOSAL (RFP) AND A CONTRACT WILL BE AWARDED USING THE CONTRACTING BY NEGOTIATION PROCEDURES. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2001-15, dated August 25, 2003. (iv) This is a full and open procurement to provide STANDARD FRAMED DS-3, 45 Mb/s DUPLEX FIBER OPTIC CONNECTIVITY BETWEEN THE BBG/IBB NETWORK CONTROL CENTER (NCC) LOCATED IN ROOM 2140C, 330 INDEPENDENCE AVENUE, SW, WASHINGTON, DC 20237, USA AND THE BBG/IBB ISMANING TRANSMITTING STATION LOCATED AT SENDERSTRASSE 32, 85737 ISMANING, GERMANY, under NAICS 513220. (v) The Contractor shall be required to provide the following: CONTRACT LINE ITEM (CLIN) 1.) A standard duplex framed DS-3, 45 Mb/s fiber optic cable connection between the NCC and Ismaning Transmitting Station with a female BNC connector interface on both the NCC and Ismaning ends of the DS3. End-to-end link availability must meet or exceed 99.998%. The DS3 on the TransAtlantic fiber must be on a TransAtlantic cable that has a contingency restoral capability via another TransAtlantic fiber optic cable. The BBG/IBB will receive credits for service interruptions comprehensive on a minute-by-minute basis at a rate of five (5) times the minute cost of the services for the entire duration of the interruption. The calculation is as follows: Total Contract Monthly Cost divided by 30 Days = Cost Per Day, Cost Per Day divided by 24 hours = Cost Per Hour, Cost Per Hour divided by 60 = Cost Per Minute, Cost Per Minute times entire Interruption Period Duration in Minutes times Five = Credit. The Contractor will provide 24 hours per day, 7 days per week, 365 days per year operational contact telephone, facsimile and e-mail and escalation names, telephone numbers and e-mail addresses with the award of this contact. (vii) The period of performance will begin with service beginning on or about May 1, 2004 through April 30, 2005 and six subsequent renewal option years continuing through April 30, 2011. Contractor shall submit invoices for payment on a quarterly basis. Delivery terms and point: FOB Destination, VIA OUR NETWORK CONTROL CENTER (NCC) LOCATED IN ROOM 2140C, 330 INDEPENDENCE AVENUE, SW, WASHINGTON, DC 20237, USA AND OUR ISMANING TRANSMITTING STATION LOCATED AT SENDERSTRASSE 32, 85737 ISMANING, GERMANY. (viii) The provision at FAR 52.212-1, "Instruction to Offerors-Commercial Items" applies to this solicitation. Offerors responding to this solicitation shall submit the following items to the contracting officer: [1] Identification of Key Personnel; Offerors are expected to identify key personnel who will support BBG for the duration of this project: [2] Narrative and detailed information on service requirement and schedule; [3] 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 [4] Price for the above listed CLIN. (ix) The following factors and possible points shall be used to evaluate proposals: 1. A Description and Diagram of the proposed configuration with minimal intermediate repeater points (minimal potential failure points). 2. The Contractor's understanding of the requirements and ability of the Contractor to provide the required services meeting the technical requirements stated herein. 3. The Contractor's demonstrated capability to meet the service requirement and schedule. 4. A description of their organization and its capabilities in performing the requirement. 5. Detailed information on past performance and relevant contracts for similar services and a minimum of three (3) references including contract numbers, points of contact with telephone numbers, email and other relevant information. 6. A separate Price Proposal showing a breakdown of the price for the above CLIN 1. Offerors are cautioned that failure to address each of the above Technical Subfactors may deem their proposal unacceptable. The Government will award a firm-fixed price (FFP) 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 or price. The following factors and possible points shall be used to evaluate proposals: a. Price (50 points); b. Configuration with minimal failure points (20 points), c. Identify Key Personnel (identifying key personnel) (10 points); d. Ability to meet the Service Requirement and Schedule (10 points); and e. Past Performance (10 points). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, "Offeror Representations and Certifications-Commercial Items" with its offer. Proposals must also include Contractor's Dunns Number, prompt payment terms and correct remittance address, if different from mailing address. 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 clause at 52.212-4, "Contract Terms and Conditions-Commercial Items" applies to this acquisition with no addenda 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 as well as the following clauses contained within FAR Clause 52.212-5: 52.222-21, Prohibition of Segregated Facilities"; 52.222-26, "Equal Opportunity (E.O. 11246)"; 52.222-35, "Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible 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 Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, 13129)"; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)"; (xiii) There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices; (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition; (xv) No CBD numbered notes apply to this procurement. (xvi) 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 proposals will not be accepted. Questions must be submitted in writing to the Contracting Officer at the email address or facsimile number provided at the end of this notice. Please note that the deadline for submission of questions is February 20, 2004 by 2:00PM, Eastern Standard Time. Proposals may be faxed to (202) 260-0855 with an original sent via 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 2529, Washington, DC 20237 on March 8, 2004 at 2:00PM, Eastern Standard Time. (xvii) Contact: Karen S. Harper, Contracting Officer, Telephone: (202) 205-9030, Facsimile: (202) 260-0855, email: kharper@ibb.gov. All responsible sources may submit an offer that will be considered by the Agency.
 
Place of Performance
Address: Washington, DC, and, Ismaning, Germany
 
Record
SN00521130-W 20040214/040212211522 (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.