|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1997 PSA#1918Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 D -- CABLE TELEVSION SERVICE SOL N00244-97-Q-A749 DUE 090897 POC Bid
Officer, 619-532-2690/2692, fax: 1088/1089, Contracting Officer,
619-532-2568, fax: 2347 WEB: ., http://www.sd.fisc.navy.mil. E-MAIL:
Click here to contact the Contracting Officer via e-mail.,
ralph_a._franchi@fmso.navy.mil. 62875619;220n2297A749 1. P!! 2.
082597!! 3. 97!! 4. GPO381154!! 5. 92132-0212!! 6. D!! 7. Fleet and
Industrial Supply Center, Regional Contracts Dept., Attn.: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212!! 8. D Television Cable Services!! 9. N00244-97-Q-A749!! 10.
090897!! 11. Point of Contact is Bid Officer at 619-532-2690/2692, fax:
1088/1089; Ralph A. Franchi, Contracting Officer, at 619-532-2568; FAX
619-532-2347!! 12. N/A!! 13. N/A!! 14. N/A!! 15. N/A!! 16. N/A!! 17.
This is a combined synopsis/solicitation for commercial items prepared
in accordance with format in Subparts 12.6 and 13.6, as supplemented
with additional information included in this notice. This announcement
constitutes the only solicitation to be issued, proposals are being
requested from this announcement, a written solicitation will not be
issued. The Request for Quote number is N00244-97- Q-A749. This
solicitation and incorporated provisions and clauses are those in
effect through Federal Acquisition Circular 46. This solicitation is
issued on an restricted basis, utilizing Standard Industrialization
Classification Code of 4841 with a small business standard of 500
employees. FISC San Diego has a requirement for the following: CABLE
TELEVISION PROGRAMMING SERVICES- The following description provides the
scope of work needed to organize and implement an SECTION I -- SCOPE,
GENERAL: This statement of work defines the responsibilities for the
Contractor to provide satellite signal for government owned equipment
in the operation of Cable TV (24) hours per day. The government owned
system is located aboard Naval Station Ingleside, TX. Period of
performance: 01 October 1997 through 30 September 1998. LOCATION OF
WORK: The work to be performed under this statement of work shall be
located at Naval Station Ingleside, TX 78362-5000. REQUIREMENTS: The
contractor shall provide satellite signal for satellite television
programming which will interface with the government owned cable system
located aboard NAVSTAINGLE. This contract is for signal only,
maintenance, repair or replacement of equipment is not required. The
contract will interface with the Contracting Officer's Technical
Representative (COTR) for any problems relating to the signal. This
shall also include the establishment and management of a Bulk Billing
Agreement for cable authorization and descrambling codes as necessary
for the program channels set forth below. SECTION II -- REQUIREMENTS,
GENERAL: The Naval Station Ingleside cable television programming
services are for official government use only. All work will be
monitored by the (COTR), who will be designated by the government upon
contract award. BASE CABLE FACILITIES: The base cable system is
capable of passing 12 channels, including 5 off-air stations, one
commander's channel and two unscrambled satellite channels. The full
channel lineup desired is listed below. The system reaches
approximately 365 (drops) subscribers, including quarters, offices and
ships. The number of subscribers on base may increase in the future.
The existing facility consists of: (2) 3-meter satellite receive
dishes; (5) off-air TV antennas; (1) cable headend consisting of 12
receivers and 9 VC II decoders. All associated headend equipment,
modulators, off-air channel processors, and interpreted receiver
descrambler (IRD), coaxial plant to and in all required buildings;
"loop" configuration. PROGRAM SERVICES: The contractor shall provide
the below listed channels 24 hours a day. The contractor shall
establish invoicing procedures monthly for the bulk number of drops
used. The contractor shall be responsible for ascertaining and
reporting to the programmers (broker) any changes in the bulk quantity,
and shall forward payments in a timely manner to such programmers.
Channel # 2, Commanding Officer's Channel I, Channel 3 ABC, Channel 4
MTV, Channel 5 ESPN, Channel 6 NBC, Channel 7 BET, Channel 8 HBO,
Channel 9 CNN, Channel 10 CBS, Channel 11 A&E, Channel 12 TBS, Channel
13 KDF, Channel 14 USA, Channel 15 TNN, Channel 16 The Weather
Channel, Channel 17 Commanding Officer's Channel II. CHANNEL PLACEMENT:
The contractor shall adhere to the channel lineup as laid out above in
accordance with good engineering practices which will result in the
least interference with other programmed channels. MAINTENANCE AND
REPAIR SERVICES: The contractor is not responsible for repair or
maintenance of government owned system. The contractor shall available
by telephone during normal working hours, and by answering machine or
beeper, with call back within (1) hour. If repairs become necessary a
separate repair contract will be performed by a contractor chosen by
the activity. SECTION III -- QUALITY CONTROL, GENERAL: All work
performed under this contract shall be coordinated by the contractor to
assure the proper performance of the contract. Any and all work
performed in deviation to the approved work plan, or best trade
practices shall be immediately corrected by the contractor regardless
of the stated of completion, or to the satisfaction of the (COTR).
PRE-INSTALLATION INSPECTION: An inspection shall be made by the
contractor and the (COTR) of all materials to be utilized in the
contract after award. All equipment shall be verified for proper
conformance to the demands and expectations of this Statement of Work.
The inspection shall assure the adequacy of site readiness and status
of government owned equipment. TESTING: The contractor shall test the
system upon contract award to ensure proper system performance.
ACCEPTANCE TEST: An acceptance test of the work performed shall be made
in the presence of the (COTR) to demonstrated the acceptability of the
system. Also submit the following information: current pricing,
payment terms, cage code, Duns/Bradstreet number, and Taxpayers ID#.
Inspection and Acceptance will be at Destination. THE FOLLOWING
PROVISIONS ARE APPLIACBE AND ARE HEREBY INCORPORATED INTO THE
SOLICITATION BY REFERENCE AND WILL BE PROVIDED BY THE CONTRACTING
OFFICER IN FULL TEXT UPON REQUEST. NOTE: IF YOU DO NOT HAVE ACCESS TO
THESE PROVISIONS CONTACT THE BID OFFICER. FAR 52.212-1, Instructions to
Offerors Commercial Items, FAR 52.212-2, Evaluation-Commercial Items,
Offerors are required to complete and include a copy of the following
provisions with their proposals: FAR 52.212-3, Offeror Representation
and certifications Commercial Items, FAR 52.212-4, Contract terms and
Conditions Commercial Items, FAR FAR 52.219-6, Notice of Small Business
Set-Aside, The clause at 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders Commercial Items
applies with the following applicable clauses for paragraph (b): FAR
52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for
Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative
Action for Handicapped Workers; FAR 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era; DFARS
252.225-7001, Buy American Act and Balance of Payment Program; The
government intends to make a single award of a Firm Fixed Price Order
to the responsible offeror whose bid provides the best technical and
cost value to the government Quotations from responsible offerors may
be FAXED to: Fleet and Industrial Supply Center, Attn: Contracting
Officer, code 2611, San Diego, CA 92132-0212. Requests for information
and/or provisions/clauses can be faxed to the Bid Officer,
619-532-2690/2692, fax: 1088/1089 or Contracting Officer 619-532-2568,
fax: 2347. Quotes must be received no later than 3:00 p.m. (PST)
9/8/97. Inquiries may also be addressed via e-mail to the Contracting
Officer at: (ralph_a._franchi@fmso.navy.mil). Do not mail in your
quotations. Reference Solicitation number N00244-97-Q-A749 on all
requests for information. This solicitation is being issued as
restricted. See numbered Note 1. (0237) Loren Data Corp. http://www.ld.com (SYN# 0032 19970827\D-0010.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|