Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2010 FBO #3144
SOLICITATION NOTICE

D -- Cable Installation, Maintenance, and Removal

Notice Date
7/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
BBG50-Q-10-0013
 
Archive Date
7/16/2010
 
Point of Contact
Theresa Green, Phone: 202-382-7845, Gary C Hosford, Phone: 202.382.7843
 
E-Mail Address
tgreen@ibb.gov, ghosford@bbg.gov
(tgreen@ibb.gov, ghosford@bbg.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of 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) This Solicitation Number BBG50-Q-10-0013 is issued as a request for proposal (RFP), that will result in one or more contract awards (Blanket Purchase Agreements) for the installation; maintenance; and removal of various types of data cabling; fiber optic (including MTP); twisted-pair; coaxial data; audio; and video cables; and all other associated hardware on a routine and emergency basis via firm-fixed-price task orders to one or more qualified contractor(s). The BPA ordering period will be one year with four additional option years, which may be exercised by the Government. (iii) This is a combined synopsis/solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42, effective June 16, 2010. (iv) The Contracting Officer has determined that there are at least two qualified small businesses capable of performing the work. Therefore, pursuant to FAR 19.502-2(b), this procurement is set-aside exclusively for small businesses. The NAICS code for this procurement is 238210(Electrical Contractors and Other Wiring Installation Contractors) and size standard is $14.0 million. (v) The Contractor shall provide the supplies and/or services described in each individual Task Order. Each Task Order will have its own unique SOW that will specify the work to be performed, the location or locations of the work, the schedule for completion of work, the deliverables, the acceptance criteria, and any special requirements. The Firm-Fixed-Price and Delivery Schedule for each Task Order will be negotiated and agreed to prior to commencement of work. (vi) The CLIN required above is described as follows: CLIN No. 1: The Contractor shall install; maintain; and/or remove various types of data cabling; fiber optic (including MTP); twisted-pair; coaxial data; audio; and video cables; and all other associated hardware. The Contractor must be able to provide "Emergency" service, installation; relocation and/or repairs for items or services on an emergency basis as required by the Government. Contractor must respond within 2 to 4 hours after emergency notifications are received by the Contractor and/or at other response times as mutually agreed upon by the Contractor and the Government - including nights, weekends and/or holidays. The Government makes no guarantee as to the exact number of Task Orders or actual dollar amount of services that will be requested during the term of the contract. The annual estimated maximum amount of services anticipated for all of the Task Orders that will be awarded is less than $100,000. (vii) All work shall be performed at BBG/IBB/VOA Headquarters located at 330 Independence Ave, SW [Cohen Building] or 330 "C" St, SW [Switzer Building] in Washington, DC. (viii) The provision at FAR Subpart 52.212-1 [Instructions to Offerors - Commercial Items] applies to this acquisition, with no addenda. (ix) The provision at FAR Subpart 52.212-2 [Evaluation of Commercial Items] is hereby incorporated by reference into this combined synopsis/solicitation. The below-stated technical evaluation subfactors, when combined, are more important than price in the BBG's overall evaluation of an Offeror's proposal. The Offeror's Technical Proposals will be evaluated in three equally-weighted areas (a) Offeror's understanding of the work, (b) Capability, i.e., personnel qualifications; and (c) Experience/ Past Performance. In order to help the Government in its evaluation of past performance, Offerors shall provide at least three (3) current references with valid telephone numbers of customers for similar services. Pricing data (e.g., hourly rates) shall be inclusive of overhead, G&A, and profit. (x) Offerors shall submit a completed copy of the provision at FAR Subpart 52.212-3 [Offeror representations and certifications -- commercial items] with their proposal. This provision can be found at the following website: http://www.arnet.gov/far/; if requested by an Offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the contracting officer. (xi) FAR 52.212-4 [Contract Terms and Conditions -- Commercial Items] applies to this acquisition. (xii) FAR 52.212-5 [Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items] applies to this acquisition and incorporates the following clauses: FAR 52.203-6 [Restrictions on Subcontractor Sales to the Government]; FAR 52.219-6 [Notice of Total Small Business Set-Aside]; FAR 52.222-3 [Convict Labor]; FAR 52.222-19 [Child Labor - Cooperation with Authorities and Remedies]; FAR 52.222-21 [Prohibition of Segregated Facilities]; FAR 52.222-26 [Equal Opportunity]; FAR 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; FAR 52.222-36 [Affirmative Action for Workers with Disabilities]; FAR 52.222-36 [Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; FAR 52.225-1 [Buy American Act - Supplies]; FAR 52.225-13 [Restrictions on Certain Foreign Purchases]; FAR 52.232-33 [Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332)]; (xiii) The Offeror shall note that all task orders will be negotiated and priced on a firm-fixed price basis. The Contractor's proposed prices shall include wages, overhead, general and administrative expenses, and profit. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this acquisition. (xv) Offerors shall submit an original and one copy of their Technical and Price proposals to the BBG. The Technical Proposal shall contain the Offeror's: (a) understanding of the work, (b) capability to perform the work, i.e., personnel qualifications; and (c) Experience/ Past Performance, including at least three (3) current references with valid telephone numbers. The separate Price Proposal shall contain pricing data (e.g., hourly rates) which shall be inclusive of overhead, G&A, and profit. Proposals are due by 2:00 p.m. local time on July 15, 2010 at the following address: Broadcasting Board of Governors (BBG), Office of Contracts, Room 4300, Switzer Building, 330 "C" Street (SW), Washington, DC 20237, Attention: Ms. Theresa Green. Proposals shall be submitted in hard copy format only (i.e., in person, U.S. Mail, or Federal Express or equivalent commercial courier service). Proposals submitted by electronic means (e.g., e-mail or facsimile) will not be read or considered. (xvi) Information regarding this combined synopsis/solicitation can be obtained by contacting the Contracting Officer, Ms. Theresa Green, at (202) 382-7845, or via e-mail at tgreen@bbg.gov. Any Offeror may submit an offer, which shall be considered by the BBG.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-10-0013/listing.html)
 
Place of Performance
Address: 330 Independence Ave, SW and 330'C' Street, SW, Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN02196189-W 20100704/100702235011-6c7ae4930bd47a294fa36314ee5df3fe (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.