Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOURCES SOUGHT

D -- Broadcast Commercial Television Service

Notice Date
9/6/2006
 
Notice Type
Sources Sought
 
NAICS
515120 — Television Broadcasting
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (5TF), 10850 Lincoln Trail, Fairview Heights, IL, 62208
 
ZIP Code
62208
 
Solicitation Number
Reference-Number-5TS57061704
 
Response Due
10/10/2006
 
Archive Date
10/25/2006
 
Description
The General Services Administration?s Federal Technology Service, Region 5, on behalf of the U.S. Air Force, Headquarters, Air Mobility Command (HQ AMC), is issuing this Request For Information (RFI) to identify service providers and obtain information regarding the technology, qualification and capabilities available to provide commercial television channels via satellite services. The HQ AMC requires commercial television activation and continued service to support internet protocol television system (IPTV) throughout the command. The HQ AMC requires a contractor to Engineer, Furnish, Install, Test, and Place into service (EFIT&P) and maintain commercial television broadcast channels and licenses to distribute through Government IPTV equipment acquired under separate contract. This requirement includes the need for the contractor to provide and install all necessary satellite equipment and ancillary components (i.e., receiver and front end equipment) to activate and support the delivery of up to eight (8) channels of commercial television. The solution shall utilize Government furnished equipment to distribute signal on existing Government LAN to provide multicast television service to the base population. Channels shall include as a minimum: CNN, MSNBC, Fox News, Weather Channel, and two local news channels (chosen for each location from contractors listing). The contractor shall be required to obtain and maintain requisite licenses to provide this service (re-broadcast rights) through multicast streaming video using the base network. Services (commercial TV access/license) shall be provided to the following locations: - Scott AFB, IL (4000 concurrent users) - Andrews AFB, MD (3000 concurrent users) - Charleston AFB, SC (3000 concurrent users) - MacDill AFB, FL (3000 concurrent users) - McConnell AFB, KS (3000 concurrent users) - Pope AFB, NC (3000 concurrent users) - Travis AFB, CA (3000 concurrent users) - McChord AFB, WA (3000 concurrent users) - Fairchild AFB, WA (3000 concurrent users) - McGuire AFB, NJ (3000 concurrent users) - Grand Forks AFB, ND (3000 concurrent users) - Dover AFB, DE (3000 concurrent users) Capabilities/qualifications submitted in response to this RFI will be evaluated solely for the purpose of determining the feasibility of conducting this acquisition. Responses will be reviewed for their viability. The determination of acquisition strategy, based upon the responses to this RFI, is solely within the discretion of the Government. All sources are encouraged to submit a response, which will be considered by the Government. This RFI is for information and planning purposes only. It does not constitute a solicitation for bids or proposals, and is not to be construed as a commitment by the Government. Furthermore, the Government reserves the right to publish any information provided by a respondent to the RFI if publishing such information is done without attribution (i.e., does not identify the party submitting the response materials), and would not reveal company trade secrets or other similar protected or proprietary information. For example, if a respondent were to ask when the draft RFP would be released, then such a question could be published without attribution and would not jeopardize any corporate or trade secrets of the respondent. Accordingly, the Government may publish such materials. On the other hand, if a respondent were to provide detailed product rollout plans for a new device, then that material would not be published if properly marked. The purpose of this RFI is to solicit comments from stakeholders regarding the acquisition approach and the extent to which industry can meet the Government?s requirements. We invite comments/information on the following: - A respondent's capability to meet the requirements as drafted in the previous paragraphs. - Whether the products and services are currently available on an established Government contract (i.e., GSA FSS Schedule, GWAC, etc.). - Whether the products and services are currently available on the open market, or what agreements would need to be established to provide the service. - Estimated pricing and explanation of pricing structure(s) for services. The Government requests pricing for a base period of one calendar year and four option years, which may be exercised based upon the Government?s continuing need, past performance and funding availability. - Client references of other Government Agency POC's with experience procuring similar services, or comparable commercial applications. - Contractor?s and/or potential subcontractors? status as a small business, veteran owned small business, HUBZone small business, small disadvantaged business, service-disabled veteran owned small business, women-owned small business. - Proprietary Information. Indicate specifically whether the response includes proprietary information, and which information should be considered proprietary. Requirements for marking proprietary information are in FAR Subsection 3.104. Note: See FAR Subsection 3.104-4 for how this information will be safeguarded, if properly labeled. - Where stakeholders differ with the Government?s current acquisition planning, we specifically request suggested alternatives that would be equally effective in meeting the Government's objectives. This RFI is being issued in accordance with Federal Acquisition Regulation (FAR) 15.201(e). The Government does not intend to award a contract on the basis of the responses to this RFI. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this RFI and the Government's use of such information. Question submission requirements: All questions regarding the RFI shall be submitted via e-mail to Wendi Borrenpohl (wendi.borrenpohl@gsa.gov) and Mara Shultz (mara.shultz@gsa.gov). Due date for questions to the RFI: 09/21/2006 What will be done with questions: Questions will be reviewed and responses will be provided as appropriate via an amendment to the RFI. Due date for responses to the RFI: 10/10/2006 RFI required response format: Microsoft Word. Responses shall not exceed 20 pages including all text, figures, illustrations, tables, etc. A page is defined as single sided with 1 inch margins, top, sides and bottom using a size 12 font format. Sections shall be clearly marked to identify the area being addressed. RFI response submission requirements: Three hard copies and two soft copies (CD) to be delivered to the required delivery location. RFI required delivery location: Mara Shultz GSA FTS 1710 Corporate Crossing Suite #3 O'Fallon, IL 62269 What will be done with responses: The Government intends to refine its' requirements and associated documents as appropriate, verify availability of qualified sources, based on all sources of input received, especially responses to this RFI. The Government does not intend to respond unilaterally to individual respondents unless clarification of information submitted is required. All contact will be through the contracting officer.
 
Record
SN01135609-W 20060908/060906230714 (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.