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 -- CARV SERVICES FOR APPROPRIATED REQUIREMENTS AT ROBINS AIR FORCE BASE

Notice Date
9/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
F09650-02-Q-0178
 
Response Due
9/23/2002
 
Archive Date
10/8/2002
 
Point of Contact
Mildred (Lavelle) Barnett, Contract Negotiator, Phone (478)926-3438, Fax (478)926-3590,
 
E-Mail Address
Lavelle.Barnett@robins.af.mil
 
Description
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; quotes are being requested and a written solicitation will not be issued. This solicitation is being conducted under Simplified Acquisition Procedures (SAP) as a Request for Quote No. F09650-02-Q-0178 . This acquisition will be solicited under full and open competition. All responsible small business concerns may submit a bid. NAICS Code: 513220 Place of Performance/FOB: Robins AFB, GA. Period of Performance: 1 OCT 02-30 SEPT 03 SERVICE REQUIREMENTS: Procurement of one-time service contract to procure 0001: All parts, labor, tools, materials and transportation to provide cable television services to Robins AFB , GA. IAW attached Statement of Work and Building List ; 0002: (15 ea) Additional drops for buildings not covered in the attached List of Bldgs and Service Areas, 0003: (15 ea)Installation and/or minor construction for additional drops not covered in the attached List of Bldgs/Service Area Option 1: 30 day transition period. This also includes two option periods for 1 Oct 03-30 Sept 04 and 1 Oct 04-30 Sept 05 The following clauses apply and may be accessed at http://farsite.hillaf.mil/vffar1.html 52.212-1 ? Instructions to Offerors ? Commercial; 52.212-2 ? Evaluation ?Commercial Items-Price and only price related factors; all or none; 52.212-3 ? Offeror Representations and Certifications ? Commercial Items; 52.212-4 ? Contract Terms and Conditions ? Commercial Items; 52.212-5 ? Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items 52-232-18-Availability of funds 52.232-33 ? Payment By Electronic Funds Transfer ? Central Contractor Registration 252.204-7004 ? Required Central Contractor Registration 252.212-7000 ? Offeror Representations and Certifications ? Commercial Items; 252.212-7001 ? Contract Terms and Conditions Required to Implement Statues or Executive Orders; checked clause is 252.219-7003 RESPONSE TIME: 23 Sept 02 Request for Quotes may be faxed to (478) 926-3590 ATTN: LAVELLE BARNETT or E-Mailed to: lavelle.barnett@robins.af.mil BUYER: LaVelle Barnett, (478)926-3438 STATEMENT OF WORK (SOW) FOR CABLE TELEVISION SERVICE FOR APPROPRIATED (OFFICIAL) REQUIREMENTS FOR ROBINS AIR FORCE BASE, GA 31098-1607 3 August 2002 1.0 Scope of work. The Contractor shall provide Community Area Television (CATV) for the Appropriated (Official) Areas on Robins Air Force Base in accordance with AFI 64-101, Cable Television Systems on Air Force Installations, and AF133-117, Visual Information (VI) Management. The Contract shall include service as well as installations for approved appropriated areas. 1.1 Cable TV Service and Maintenance. The contractor shall furnish all parts, tools, materials, labor and transportation to provide Cable/Digital Satellite Television Service at Robins Air Force Base. Service shall be provided in accordance with industry standards. The contractor shall respond to reports of trouble within a reasonable amount of time not to exceed twenty-four hours. Weekends and holidays will not be included in the twenty-four hours for the administrative areas. The clock time shall include the weekend if the outage is determined to be in a public area such as the VOQ or TLF. If the trouble is determined to be caused by factors not contributed to the contractor?s equipment or service and the contractor notifies the government they cannot meet the return to service period, the Contractor shall notify the Government of the nature of the outage and provide an estimate for the restoration of service. 1.2 Cable TV Installation. The Contractor shall provide all parts, tools, materials, labor and transportation to install additional CATV service at Robins Air Force Base. The Contractor shall respond within 10 working days to the request for additional service. The response shall include a detailed description of the installation with a drawing, a schedule for completion and a quotation if any costs are associated with the installation. The Government will review the response and may issue a contract modification to provide funding, if necessary to complete the installation. If the Government issues a contract modification to the installation, the contractor shall complete the installation request within 14 working days from the delivery of the contract modification, unless an extension is presented in the installation schedule. Reasons for an extension beyond the 14 days include installation of service requiring underground cable runs, trenching or extensive aerial runs. These shall be performed in a timely manner as shown in the schedule and agreed upon by the Contractor and Contracting Officer. 1.3 Cable Drawings. The Contractor shall provide the Cable Television Contracting Officer with a red line drawing of any new installations within 15 working days of the completion of the installation. Periodically, the Government will provide the Contractor copies of the base maps including CATV locations. The Contractor shall review these maps, make corrections and return the relined drawings within 15 working days to the Contracting Officer. The Government prefers the revisions in an electronic Microstation format, but will accept paper copies of the redline drawings. 2.0 Channel Capacity. There are two different coverage areas on Robins Air Force Base. The first area is the administrative office area with a requirement for ?official use CATV?. The second area is the public section falling within the ?official use CATV? coverage. These include areas like the VOQ, the TLF, the Gym and the base school. The Contractor shall provide ?basic service? levels for ?official use CATV?. The ?basic service? for the Robins Air Force Base shall consist of a minimum of 30 channels and shall include CNN, Headline News, the weather channel and the six local TV stations (WGXA, WMAZ, WMGT, WPGA, WGNM and WDCO). ?Basic Service? does not cover Premium channels such as HBO, Pay for View or data services such as cable modems. 3.0 Transition Period. In the event that the contract is awarded to another Contractor other than the incumbent, the Government will provide for a transition period to prevent the disruption of service to any facilities with existing service. 3.1 Length of Transition Period. The maximum length of the transition period will be 30 days, but may be shorter depending in the length of time requested in the bid package. The Government may choose to allow the new Contractor to begin work before the existing contract expires or it may choose to extend the present contract for the required transition period. If the Government extends the existing contract for the transition period, it can exercise this option weekly on building-by-building basis, not to exceed 30 days. 3.2 Priorities in Transition Period. The contractor will provide service to the buildings where they have trunk lines first, then to the buildings where they need to install trunk cables. The building list shows two categories of buildings, administrative and public. Examples of public buildings are the VOQs and TLFs. Administrative areas are normally the offices and work areas as shown in the table. The public areas will have the higher priority during the transition. The new Contractor shall insure there are no outages in the public areas during the transition. The administrative areas will have lower priorities for service transfer during the transition. The Contractor shall provide the government a list of buildings without service, a timetable to provide service and a cost to provide service to each of the buildings within the transition period. 4.0 Safety and Security. The contractor shall conform to all safety and security requirements and regulations applicable to contractor activity at Robins Air Force Base. 5.0 Personnel. The contractor shall employ competent employees to accomplish the work described in this Statement of Work. The contractor shall not hire personnel whose employment would result in a conflict of interest or would otherwise violate DoD 5500.7R, Joint Ethics Regulation. 6.0 Government Access Channels. 6.1. If requested by the Government, the contractor shall provide a Government Access Channel(s) on the system for noncommercial use by the Government at no cost to the Government for the injected signal according to the guidelines in AFI 64-101, and AFI 33-117 Visual Information (VI) Management. The system shall be designed and constructed to permit the Government to originate programming for the Government Access from designated facility located on Robins Air Force Base. The Government will coordinate with the Contractor and the Contractor shall assure the Government that the system for the Government Access shall be compatible with the Contractor System and shall not degrade the Contractor Signal. 6.2. The Government will purchase and provide all equipment, filters, cables and supplies or manpower needed to inject the Government Access signal. The contractor shall ensure that the Government Access cannot be viewed outside Robins Air Force Base. 7.0 Capabilities. The Government recognizes that, over the term of this subsequent contract, television technology, the regulation of television and the programming services available for distribution will undergo continual change. The technology, equipment, and services required by this SOW may become obsolete, uneconomical, or otherwise disadvantageous to the Government. The Contractor and the Government agree to consider, in good faith, proposals submitted by either party for modification of this SOW to permit the introduction of new equipment and technology or to otherwise improve cable television service at Robins Air Force Base. Any modification to the equipment under the subsequent contract will conform to FCC guidelines and standard industry practices. 8.0 Quality Assurance Evaluation (QAE): The Government will monitor the Contractor?s performance under this contract using quality assurance procedures and methods including, but not limited to, inspection of Government specified documents and customer feedback. The Government QAE will evaluate the Contractor?s overall performance and compliance with the requirements of this contract. An assessment and evaluation of the results of the Contractor?s management effort will be made on the basis of those factors, which are under the Contractor?s control. Such factors may include, but are not limited to: conformance to completion of price quotes, conformance to completion of installation schedules, conformance to completion of red lined drawing, return to service of outages, customer satisfaction, safety practices and quality of performance (i.e., Contractor quality control program). The Contractor shall cooperate with the Government in evaluating the Contractor?s performance under this contract. The following surveillance methods will be used to evaluate services provided. 8.1 Period of completion for returned responses for installation prices will be evaluated. 8.2 Period of completion for installations. 8.3 Period of time for restoration of service. 8.4 Period of time for responses for requests to red line drawings. 9.0 Period of Contract: The Robins Air Force CATV contract will be for one year with two option years. The Contractor?s performance will be reviewed with the options exercised or not exercised base on the provisions in FAR 17.207. CONTACT BUYER FOR COMPLETE BUILDING LIST
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/WRALC/F09650-02-Q-0178/listing.html)
 
Place of Performance
Address: ROBINS AIR FORCE BASE GEORGIA
 
Record
SN00170794-F 20020920/020918222222 (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.