Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2013 FBO #4264
SOLICITATION NOTICE

D -- Lease of Space Segment with two (2) stereo pairs with “Picture With Audio” on Telstar 18 Ku-Band Satellite - Attachment B - Attachment A

Notice Date
7/26/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
BBG50-R-13-0005
 
Archive Date
10/15/2013
 
Point of Contact
Myria Carpenter, , Herman P Shaw,
 
E-Mail Address
mecarpen@bbg.gov, hshaw@bbg.gov
(mecarpen@bbg.gov, hshaw@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment A : Service and Price Schedule Attachment B (i) 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. BBG50-R-13- 0005 is issued as a Request For Proposal (RFP) for a Firm-Fixed -Price Commercial Item contract that will be awarded using the contracting by negotiation procedures in FAR Part 15. (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-67, dated July 22, 2013. (iv) This is a brand name only limited competition in accordance with FAR 6.302-1 (c). The North American Industry Classification Systems (NAICS) code for this acquisition is 517410. (v) The Contractor shall provide the following Contract Line Item (CLIN): 1 Lease of a space segment with two (2) stereo pairs with “Picture with Audio” on one of the Telstar 18 Ku-Band Satellite at 138 Degrees East Longitude on their “Asia Beam” with both coverage area and downlink Effective Isotropic Radiated Power (EIRP) as per the satellite footprint attached herein for single Multiple Channel Per Carrier (MCPC) carrier operation on a single transponder. Service must be on a Ku-Band Free-To-Air (FTA) transponder and in the normal Ku-Band spectrum between 10,700 and 12,700 MHz. The stereo pair with picture must be FTA on a Motion Picture Experts Group (MPEG2)/ Digital Video Broadcast (DVB) compliant transmission system MCPC. The data rate of the stereo pair must be a minimum of 128 kb/s. The data rate on the picture can be negotiated but is approximately 256 kb/s. The space segment shall be non-pre-emptible and non-restorable. (vi) The Broadcasting Board of Governors (BBG) requires lease of a space segment with two (2) stereo pairs with “Picture with Audio” on one of the Telstar 18 Ku-Band Satellite at 138 Degrees East Longitude on their “Asia Beam” with both coverage area and downlink Effective Isotropic Radiated Power (EIRP) as per the satellite footprint attached herein for single Multiple Channel Per Carrier (MCPC) carrier operation on a single transponder. Service must be on a Ku-Band Free-To-Air (FTA) transponder and in the normal Ku-Band spectrum between 10,700 and 12,700 MHz. The stereo pair with picture must be FTA on a Motion Picture Experts Group (MPEG2)/ Digital Video Broadcast (DVB) compliant transmission system MCPC. The data rate of the stereo pair must be a minimum of 128 kb/s. The data rate on the picture can be negotiated but is approximately 256 kb/s. The space segment shall be non-pre-emptible and non-restorable. The BBG’s Technical Services and Innovation (TSI) Satellite Division will work with the contractor to determine the best feed source. The options for the audio will include the : (1) Intelsat 332.5 Degrees East satellite C-Band Right Hand Circular Polarization (RHCP) Down. (2) Eutelsat Hot Bird (HB) 13 Degrees East satellite Ku-Band Linear Vertical Polarization Down (3) Asiasat-3A 105.5 Degrees East satellite C-Band Linear Horizontal Polarization Down or (4) NewSkies 57 Degrees East satellite C-Band (RHCP) Down. The picture source will be off the public Internet from a VOA Web Link. The Picture is combined with the Audio at the Contractor’s uplink location. See Attachment B entitled “Statement of Work” for more details. (vii) The BBG anticipates awarding a contract by September 15, 2013. The Base Period of the contract will be 365 days from the date of award. The subsequent Option Periods will follow sequentially for a total contract duration not to exceed five (5) years. (viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Interested offerors who are capable of providing these space segment services should submit a proposal demonstrating their ability and experience in providing the required services. Interested offerors must demonstrate the following qualifications in their proposals: A) ability to provide service on a Ku-Band Free to Air (FTA) transponder and in the normal KU-Band spectrum from 10,700 and 12,700MHz and B) ability to provide the stereo pair with picture as FTA on an MPEG2/DVB compliant transmission system MCPC. The data rate of the stereo must be a minimum of 128 kb/s for the pair. The data rate of the video can be negotiated, but is approximately 256 kb/s. INTERESTED OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) a Technical Proposal which addresses the technical factors described below in (ix) and (2) and a Price Proposal in accordance with (ix). The Price Proposal must contain a copy of the attached SF 1449 and Attachment A entitled “Service and Price Schedule” which must be filled out by the interested contractor. The Government plans to award without discussions, but may conduct discussions if it deems it is in the Government’s best interest. (ix) The Federal Acquisition Regulation (FAR) provision FAR 52.212-2 Evaluation-Commercial Items, applies to this solicitation. The BBG will award a Commercial Item, Firm-Fixed-Price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation that is the most advantageous to the Government, based on the Government’s evaluation of each offeror’s technical approach, experience, past performance, and price. The Government intends to make a best value selection. All evaluation factors, other than cost or price, when combined, are significantly more important than price and are listed in descending order of importance. The Government will trade-off among cost or price and technical factors and may accept other than the lowest priced proposal. THE FOLLOWING EVALUATION FACTORS MUST BE ADDRESSED IN THE INTERESTED OFFERORS’ TECHNICAL PROPOSALS AND PRICE PROPOSALS AND THE GOVERNMENT WILL USE THESE FACTORS TO EVALUATE THE OFFERORS’ PROPOSALS: 1) a narrative detailing the approach that they will take to meet the requirement. The contractor must illustrate its understanding of the requirement and its ability to provide the required services stated herein and to provide uninterrupted service. The contractor must submit a brief description of its company's business and provide a company point of contact including address, e-mail address, telephone number, fax number and the company's web-page address. (Technical Approach); 2) Recent examples (within the past three (3) years) demonstrating its experience in providing the services required under this solicitation to Governmental and/or commercial customers. Examples provided should be of the same and/or similar services specified herein. (Experience) 3) Detailed information on past performance and relevant contracts for same and/or similar services with a minimum of three (3) references including contract numbers, points of contact with telephone numbers and email addresses (i.e., the point of contact who can verify performance) (Past Performance) and 4) A Separate Price Proposal showing a price breakdown for the CLIN above. The prices shall be provided in English and United States dollars. The Price Proposal must contain Attachment A entitled “Service and Price Schedule” which must be filled out by the offeror and a signed copy of the SF 1449 which is attached to this notice. Offerors are cautioned that failure to address each of the above evaluation factors may deem their proposal unacceptable. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Proposals must also include contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. THE CONTRACTOR MUST BE REGISTERED ON-LINE WITH THE SYSTEM FOR AWARD MANAGEMENT (SAM) WEB SITE AT: HTTPS://WWW.SAM.GOV/PORTAL/PUBLIC/SAM/ PRIOR TO CONTRACT AWARD (xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows: I. CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (End of Clause) II. EXERCISING OF OPTIONS UNDER THIS CONTRACT : The Government reserves the right to unilaterally exercise the options in Attachment A entitled "Service and Price Schedule." The parties agree that the Government may partially exercise and fund any options in Attachment A and may do so multiple times up to the point that the option has been fully exercised and funded. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise. In the event that BBG does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable. Additionally, the parties agree that, in the event the BBG decides not to exercise any options, BBG will have no further obligation to the Contractor under this contract other than to pay for services actually rendered by the Contractor to BBG hereunder. (End of Clause) (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006); 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010); 52.209-6, Protecting the Government’ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) ; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) 52.219-8 Utilization of Small Business Concerns (May 2004); 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity(May 2007) (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (Sept 2010); 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37 Employment Reports on Veterans (Sept 2010); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Please note some clauses may not be applicable to a foreign offeror. (xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.23-18 Availability of Funds (Apr 1984) and 52.237-3 Continuity of Services (Jan 1991). There are no other additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. (xiv) No Defense Priorities and Allocation System (DPAS) rating assigned. (xv) Failure to provide the required services for any the above CLIN may result in the rejection of your proposal. Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral, faxed or emailed proposals will not be accepted. Please note that questions must be submitted in writing to Myria Carpenter by email (mecarpen@bbg.gov) or fax (202-382-7870) and received before the deadline of 12:00 p.m., Eastern Daylight Time on August 2, 2013. Technical Proposals shall be submitted as an original and three (3) copies and Price Proposals shall be submitted as an original and one (1) copy. All proposals must be sent via courier or overnight delivery and must be received before the deadline set forth above. Proposals are due at the Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Room 4007 F, Washington, DC 20237 on August 12, 2013, at 12:00PM, Eastern Daylight Time. (xvi) Contact: Myria Carpenter, Contract Specialist, Facsimile 202-382-7870, email: mecarpen@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-13-0005/listing.html)
 
Record
SN03128457-W 20130728/130726234556-b318cd4869e4cce77a6ca97c453a6978 (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.