Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1997 PSA#1919

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

D -- CABLE TELEVISION SERVICE SOL N00244-97-Q-A752 DUE 090897 POC Contracting Officer, 619-532-2568, fax: 2347, Bid Officer, 619-532-2690/2692, fax: 1088/1089 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. 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# 0027 19970828\D-0001.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page