Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2006 FBO #1634
SOLICITATION NOTICE

59 -- 59 ? SURGE BROADCASTING

Notice Date
5/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
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
BBGCON3606S6177
 
Response Due
6/7/2006
 
Archive Date
6/22/2006
 
Description
THIS IS A COMBINED SYNPSIS/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 NUMBER BBGCON3603S6177 IS ISSUED AS A REQUEST FOR PROPOSALS (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 Circular (FAC) 2005-09, dated April 19, 2006. (iv) Pursuant to FAR Subpart 19.502-2 (b), the contracting officer has determined that this procurement is unrestricted. The North American Industry Classification System (NAICS) Code for this procurement is 334220 (Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing) and the small business size standard is 750 employees. (v) Offerors shall submit a firm-fixed price for the following contract line items (CLINs): Base Year and four (4) additional-one year periods. CLIN B.1: Satellite Space Segment Facilities CLIN 2: Satellite Ground Segment (Gateway) Facilities. DESCRIPTION OF REQUIRED WORK: The primary object of the Broadcasting Board of Governors, International Broadcasting Bureau (BBG/IBB) is to acquire satellite and ground station facilities, to augment existing facilities on an urgent and temporary basis to increase broadcast penetration into specific target areas during high profile events (Surge Broadcasting). BBG/IBB therefore, desires to place indefinite delivery, indefinite quantity (IDIQ) contracts with multiple supplier that may be able to provide the necessary facilities when required. GOVERNMENT RESPONSIBILITIES: The Government will define the requirement; video, mono audio, stereo audio, digital or analog, bandwidth, video format, frequency spectrum, downlink power. The Government will define the target area, geographical area. The Government will define the duration; number of days, which can be from 1 day up to a maximum of 90 calendar days. The Government will define the start of service (SOS); desired SOS and No Later Than start of service (NLTSOS). The Government will provide program source locations; identify where the contractor can receive the BBG/IBB program sources for further distribution. The Government will define the contractor response time for specific request. CONTRACTOR RESPONSIBILITIES: The Contractor shall provide options, including cost to the Government based on the requirements. Options may not meet the exact requirements. The Government will determine the best options; the Contractor shall implement the Government selection option with 24 hours after award; The Contractor shall provide the Government with specific downlink reception information to include virtual channels and PIDs for digital transmissions; the Contractor shall maintain the links within stated parameters for the defined duration. (vii). The term of the contract will be for a one-year period (Base Period) plus four (4) additional 1- options to extend the contract term. IMPORTANT NOTE: The term of the contract is contingent upon availability of funding for this project received in the Government?s Fiscal Year 2006. Delivery terms and F.O.B. point: F.O.B. Destination: Kamino International Transport, I Concord Center, 113 Executive Drive, Suite 118, Sterling, Virginia 20166 within 30 days after contract award; (viii) The provision at 52.212-1, ?Instructions to Offerors---Commercial Items? applies to this solicitation. Offerors responding to this solicitation shall submit the following items to the contracting officer: (1) Technical proposal with a narrative of the Offeror?s understanding of the requirement as noted above and a description of their capability to perform the tasks as stated above. (2) Narrative and detailed information on past experiences in providing the required services. (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; (4) Price for each of the above listed CLINs; (5) a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications?Commercial Items? and (6) Offeror?s DUNS number, prompt payment terms and correct remittance address, if different from mailing address. Offer shall be submitted on a SF-1449 signed by an official authorized to bind your organization. (ix) 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 base on technical capabilities, experience, price, past performance and other factors in the solicitation. An award may be made without discussions. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offeror; Successful Offerors 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 Statues or Executive Orders-Commercial Items applies to this acquisition 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 Veterans (38 U.S.C. 4212); 52.225-3, Buy American Act -- North American Free Trade Agreement--Israeli Trade Act--Balance of Payments Program (41 U.S.C. 10a-10d), 52.225-13, Restriction on Certain Foreign Purchase; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. (46 U.S.C. 1241); (xiii) The following FAR clauses are also applicable to this acquisition: FAR Claus 52.232-18, Subject to the Availability of Funds 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) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this procurement. (xv) There are no CBD numbered notes which apply to this procurement; (xvi) Failure to provide any of the above required any of the above required items 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://farsite.hill.af.mil/vffara.htm. Proposals must be submitted 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 2:00 p.m. Eastern Standard Time, on May 31, 2006. Proposals may be faxed to (202) 260-0855 or emailed to kmhicks@ibb.gov . Proposals are due at the Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 2500, Washington, DC 20237 on June 7, 2006 at 2:00 p.m. Eastern Standard Time. (xvii)Contact Kristine Muschette-Hicks, Contracting Officer, Telephone: (202)401-5827, Facsimile: (202) 260-0855; Email: kmhicks@ibb.gov. All responsible sources may submit an offer that will be considered by the Agency.
 
Place of Performance
Address: Cited in individual delivery orders.
 
Record
SN01048634-W 20060518/060516220047 (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.