Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2002 FBO #0292
SOLICITATION NOTICE

D -- Multi-zone Channel Broadcast System

Notice Date
9/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
M67001 PSC Box 20004 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700102Q0033
 
Point of Contact
Mimi Robinson 910-451-1769 Debra Matthews, 910-451-2184
 
E-Mail Address
Email your questions to Contracting Division, Camp Lejeune, NC 28542
(robinsonmn@lejeune.usmc.mil)
 
Description
This is a combined synopsis/solicitation for commercial items and services prepared in accordance with the format in the Federal Acquisition Regulation, Subpart 12.6, as supplemented with additional information included in this notice. This procurement is restricted to small business participation only. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number M67001-02-Q-0033 applies and is issued as a Request for Quotation. This solicitation incorporates provisions and clauses that are in effect through Federal Acquisitoin Circular 2001-09(a). This procurement is set aside 100% for small business participation only. The NAICS code that applies is 334220 and small business size standard is 750 employees. A fixed price contract will be awarded for the requirement that is described as follows: The Consolidated Public Affairs Office, Marine Corps Base, Camp Lejeune, NC has an immediate requirement for a Multi-zone Channel Broadcast System to include all equipment and services for installation, technical support and training of Government personnel. The system will be located in the Consolidated Public Affairs Television Station (LCTV-10) Building 54. The contractor shall provide a system and equipment that will allow for a minimum of 50 hours of Motion Picture Engineering Group (MPEG2) media storage with a 6Mbits/s encoding rate. The system and equipment must be capable to record live broadcasts in addition to current and future tape and disk based video recording. The system and equipment must also be capable of future High Definition Television (HDTV) and High Definition (HD) transmission. As part of the system, the Contractor shall provide: a screen template that will allow for a minimum of five separate emergent messages; general audio and video support peripherals to support the system and equipment; connection to internal Local Area Network (LAN) network for remote screen access of the systems and equipment; application software and hardware that will allow remote access from workstations. Additionally, the broadcast system and equipment must be interoperable with the current base cable transmission agreement. The broadcast system and equipment must also be expandable for increased media storage. The system must provide redundant back-up capability if failure occurs. The requirement also includes an option for a subscription for weather forecasts to include hourly observations, 18 hour forecast and 3 day forecast for the Camp Lejeune/Jacksonville, NC and surrounding areas for a distance up to 100 miles. The contractor shall provide all services to install, integrate and train Government personnel on operation of the system. All training services and materials shall be provided for training of eight Government personnel. Technical support services shall be provided 24 hours a day, 7 days a week, 365 days a year. The system must be capable to be evaluated via the Internet, if repairs are determined to be necessary. Delivery is required as soon as possible but no later than 4 weeks after award. Contractor shall ship FOB destination to: Freight Traffic Branch, Bldg. 1011, Camp Lejeune, NC 28542-5000. The technical point of contact at CPAO is Captain Frushour, (910) 451-4536. The contractor shall propose as follows: Line Item 0001 Multi-zone Channel Broadcast System, to include equipment, installation, and training. Note: All equipment shall be itemized; all associated cos ts for installation and training shall be detailed; Line Item 0002 Weather Forecast Subscription. Line Item 0003 Technical Support Services. Line Item 0002 and 0003 will be addressed as option services that may be awarded in FY ?03 if funding becomes available. The following contract clauses apply to this procurement: FAR 52.212-1, Instructions to Offerors ? Commercial Items. Addendum: Delete paragraph (h). Insert: The Government intends to award a single contract as a result of this solicitation; FAR 52.212-2 Evaluation ? Commercial Items. Addendum: (a) The following factors shall be used to evaluate offers: Technical, Past Performance, Price in descending order of importance. Technical and Past Performance, when combined, are significantly more important than price. (b) Options. Addendum. In order to be considered responsive, the Contractor must propose on option items 0002 and 0003. These options will not be awarded until after October 01, if fiscal appropriations become available; FAR 52.212-3 Offerors Representations and Certifications ? Commercial Items. Quoters are required to complete and include a copy of these provisions with their offer. Also, DFARS 252-225-7000 Buy American Act and Balance of Payments Program Certificate; FAR 52.212-4 Contract Terms and Conditions ? Commercial Items. Addendum. Add ?The Contractor?s standard commercial warranty shall apply?; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items. The following clauses are checked: 52.203-6; 52.219-8; 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.223-9, 52.225-13, 52.225-16, 52.232-33, 52.247-64; 52.217-5 Evaluation of Options; FAR 52.219-6 Notice of Total Small Business Set Asid e; DFARS 252.204-7004 Required Central Contract Registration; DFARS 252.212-7000 Offerors Representation and Certification ? Commercial Items; DFARS 252.211-9000 Notice to Offerors of Ozone Depleting Substances; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses are checked: 52.203-3, 252.205-7000, 252.206-7000, 252.225-7001, 252.225-7012, 252.225-7014, 252.225-7028, 252.227-7015, 252.227-7037, 252.243-7002, 252.247-7023, 252.247-7024. Offerors not in possession of the above-referenced clauses may access them at http://www.arnet.gov/far. Offerors are to submit information for past performance on three most recently completed contracts, giving POC name, address, telephone number and contract number. OFFERORS ARE TO INCLUDE COMPLETED COPIES OF FAR 52.212-3 AND DFARS 252.212-7000 WITH THEIR PROPOSAL. Offerors must be registered in the Central Contractor Registration (CCR) database as a condition of contract award. Registration information is available at www.ccr.dlsc.dla.mil. Offerors proposing less than the entire effort specified herein will be determined to be unacceptable. Responses to this solicitation are due by 11630 EST on 26 September 2002. Offers must be submitted in writing. Submit offers by mail to Contracting Division, P.O. Box 8368, Marine Corps Base, Camp Lejeune, NC 28542-8368. Offers will be accepted by FAX at (910) 451-2331. The Government intends to make a single award to the responsible offeror whose quotation is the most advantageous to the Government considering price and other factors. This solicitation will be evaluated considering the following factors: (1) technical capability; (2) past performance; and, (3) price. The factors are listed in descending order of importance. Technical capability and past performance, when combined are significantly more important than price. For information regarding this solicitation, contact Debra Matthews at (910) 451-2184 or Mimi Robinson at (910) 451-1769. See Numbered Note 1, 22.
 
Web Link
Camp Lejeune
(http://)
 
Record
SN00170456-W 20020920/020918213848 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.