Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2003 FBO #0548
MODIFICATION

D -- Cable Television Service at DFAS Indianapolis, IN

Notice Date
5/29/2003
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (5TF), 10850 Lincoln Trail, Fairview Heights, IL, 62208
 
ZIP Code
62208
 
Solicitation Number
Reference-Number-5TS473N0201
 
Response Due
6/4/2003
 
Archive Date
6/19/2003
 
Point of Contact
Mara Shultz, Contracting Officer, Phone (618) 398-4929, Fax (618) 398-4931,
 
E-Mail Address
mara.shultz@gsa.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information in this notice. The announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Reference task ID 5TS473N0201. This solicitation is a Request for Quotation (RFQ). The RFQ document and incorporated provisions and clauses are those in effect through FAC 2001-13. This RFQ is unrestricted. NAICS Code 515120, Subscription Television Networks, applies. Size Standard $12.5 M. The GSA/FTS, Region 5 is announcing its intent to procure cable television service and ancillary components to federal end users in the Emmit J. Bean Center at 8899 E. 56th Street; Indianapolis, IN. Service required includes basic cable television service, i.e. local news channels and national ?all news? channels (CNN, MSNBC etc.) The service provider shall install, provide and maintain adequate signal strength to the building and any amplifiers necessary to provision service to any location in the building. All materials provided by the cable provider shall adhere to current industry standards for cable television installation, equipment specifications and maintenance. The cable provider shall support the installation and activation of 26 initial connections at the building cable D-Mark located in the first floor telephone switch room. Additional connections may be installed, terminated and activated. The cable provider shall maintain a minimum of ten spare connections at the D-Mark. The cable provider shall utilize existing vertical cable and provide all horizontal cable, wall plates and connectors to the Government contractor responsible for on site wiring maintenance. The wiring contractor, responsible for maintaining the infrastructure in Building One will provide all horizontal cable wiring installation and connection to the end users terminal equipment. The contractor shall be responsible for all system support to maintain industry performance standards and satisfy the standard manufacturer?s warranty for any and all equipment provided under the resultant contract. The contractor shall provide an Installation/Acceptance Test Plan to assist in scheduling Government support services and to permit monitoring of installation efforts. In instances where installation and maintenance services provided by the resultant contract, requires the contractor to work around existing facilities, the contractor shall be responsible for preventing any unscheduled interruption to existing services or damage to facilities or equipment in the surrounding area or maintained as part of the infrastructure. The contractor shall be responsible for consideration and/or repair of existing facilities or equipment in the event of damage or service interruption as a result of contractor activities. Required service interruptions shall be coordinated with and scheduled through the facility manager a minimum of two weeks in advance. The contractor shall maintain an adequate inspection system and perform such inspections to assure that the work performed and services provided under the contract conform to contract terms and conditions. The contractor shall inform the Government of all periodic tests and/or inspections and allow observation. The contractor shall maintain and make available to the Government adequate records of such inspections. The contractor shall provide all tools and test equipment required to provision, install, test, and maintain to demonstrate compliance. The contractor shall utilize the prevailing industry standards and relative equipment manufacturer?s published operating procedures (configuration and test) to verify the systems are transmitting and functioning within the respective performance parameters and operational specification. Unless otherwise specified in the contract, the contractor is responsible for the performance of all inspections for conformance with the requirement specifications. The Government requires prior coordination before the contractor performs any testing, etc. The contractor shall monitor the cable connection when requested by the Government. Privacy Act Requirements. In compliance with the Privacy Act (5 USC 552a), the contractor shall ensure that unauthorized access to any records or other system configuration data is prohibited. The Government authorizes and permits only personnel with the required security clearance and a ?need to know? access to facility records. The Contractor shall provide technical assistance to Government representatives as required to address service related issues, at no cost to the government. Ordering and Billing will be accomplished through the Telecommunications Ordering and Pricing System (TOPS) or a replacement automated system. TOPS is an automated system for the electronic placement of orders for telecommunications services. GSA FTS will initiate an order in the TOPS billing system upon request a client for cable television service and provide a copy to the Contractor. One copy of the order will be sent to the cable service provider to maintain the service inventory and initiate the invoicing process. Only GSA officials will be authorized to place orders. The Contractor shall accept these orders from GSA only, and shall reflect the prices accepted in accordance with the terms of the resultant contract pricing schedules. All orders issued under this synopsis are subject to the terms and conditions of the resultant contract. The contract shall prevail in the event of a conflict with any order. The Contractor shall provide written notification of receipt to the Government representative(s), via facsimile or electronic mail, for all GSA-issued orders within 24 hours of receipt, excluding Federal Holidays and weekends. This notification shall include: GSA Order Number, Contractor Order Number, if any, date of receipt, and due date. The Contractor is advised that it is at risk of not being paid for work performed without having first received a proper order. All invoices for TOPS orders shall be sent directly to GSA. All services and/or products provided as a result of orders placed on this contract through TOPS shall be consolidated by the Contractor and billed to GSA monthly. The invoice shall reflect the current month?s charges, and a cumulative total through the current performance period. The contractor shall submit the invoice, and supporting documents, to allow the GSA Information Technology Representative (ITR) to accept and certify services received by the client representative. The contractor is authorized to invoice only for the services ordered by GSA and provided in direct support of the contract requirements. In addition, a hard copy of the invoice shall be forwarded for payment to GSA. The address for TOPS is General Services Administration, FTS, 4KMP, 401 West Peachtree Street (FL 27 4KMP), Atlanta, GA 30365-2550 also identified on the Standard Form 300) by the tenth day of the following month. Ensure the ACT number is identified on each invoice. Failure to comply with the procedures outlined above may result in payment being delayed. Deliverables. All deliverables shall meet professional standards and meet the requirements set forth in contractual documentation. Reports will be delivered as required to support task accomplishment. The contractor is responsible for providing personnel with expertise necessary to ensure professional design, installation and test of all services and equipment that may be ordered, provisioned and provided during the performance of these services. Materials are to be provided by the contractor when essential to the task performance and noted in this synopsis. All materials purchased by the contractor for the use or ownership of the Federal Government becomes the property of the Federal Government. The contractor shall document the transfer of all materials as part of the final acceptance. Work is to be accomplished through the General Services Administration (GSA), Federal Technology Services (FTS), Great Lakes Region, Indianapolis, IN office, through its contract with the selected provider. Certification by the Government of satisfactory services provided is contingent upon the contractor performing in accordance with the terms and conditions of the resultant contract, this document, the approved technical and price proposal, and all amendments. Normally the client's representative, GSA's representative, and the contractor's representative(s) meet during the performance of this requirement, this may be telephonic at the option of GSA and client, to review performance. The client representative, the GSA representative, and the contractor?s representative may meet at the place of performance as determined by the client representative and GSA representative. Government Provided Resources. The contractor shall specifically identify in the task proposal the type, amount, and time frames for any government resources, excluding those listed below. The client will provide the following resources: Facilities, Supplies and Services: Existing vertical cable and installation services for horizontal cable. Other Reporting Requirements. The contractor shall bring problems or potential problems affecting performance to the attention of the GSA ITR as soon as possible. Verbal reports shall be followed up with written reports when directed by the GSA ITR. The contractor shall provide in writing the results of all meetings with the client that affect and/or change conditions, or result in additional agreements or requirements to the GSA ITR. Additional written reports may be required and negotiated. Inspection and Acceptance. In the absence of other agreements negotiated with respect to time provided for government review, deliverables shall be inspected and the contractor notified of the ITR?s findings within 5 workdays of normally scheduled review. Desired Delivery Date: 15 June 2003. Required Delivery Date: 1 July 2003. Performance Period. It is the government?s intent for this task to have service delivery, i.e., continuity of cable television services, renewable annually, for a base period from date of the award through 30 September 2003, and four one year option periods 01 October through 30 September for each successive year. The Option years are as follows: Option year One from 01 October 03 through 30 September 04; Option year Two from 01 October 04 through 30 September 05; Option year Three from 01 October 05 through 30 September 06; Option year Four from 01 October 06 through 30 September 07. There may be routine fluctuation, increases and decreases, in the characteristics and quantities of services provided. Continuation of service is contingent upon a continuing need and fund availability. Termination charges shall not apply when service(s) is(are) discontinued. Non-Personal Services. The client has determined that use of the GSA requirements contract to satisfy this requirement is in the best interest of the Government, economic and other factors considered, and this task order is not being used to procure personal services prohibited by the Federal Acquisition Regulation (FAR) Part 37.104 titled ?Personal Services Contract.? Kick-off Meeting. The Contractor shall initiate work on this contract award by meeting with key client agency representatives to ensure a common understanding of the requirements, expectations, and ultimate end products. The contractor shall discuss the overall understanding of the project and review the background information and materials provided by the client. Discussions will also include the scope of work, implementation efforts, deliverables to be produced, how the efforts will be organized and project conducted; assumptions made and expected and result. A concerted effort shall be made to gain a thorough understanding of the client agency expectations. However, nothing discussed in this or in any subsequent meetings or discussions between the client and the Contractor shall be construed as adding, deleting, or modifying any task order requirements, including deliverable specifications and due dates. Section 508 Compliance All services and products provided in response to this synopsis and the resultant contract shall comply with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), and the Architectural and Transportation Barriers Compliance board Electronic and Information Technology (EIT) Accessibility Standards (36 CRF Part 1194). Evaluation Criteria. A Technical and Cost Proposal shall be submitted by the contractor on company letterhead. The proposals shall identify the availability of standard commercial offerings available to satisfy the stated requirements and the corresponding unit costs. All required services, i.e., individual cable terminations, equipment, and other non-regulated services, shall be identified within the proposal document. The Government reserves the right to award based on the information provided, without discussions. Proposals submitted shall be in sufficient detail to allow for thorough evaluation. Proposals shall include documentation to demonstrate ability to meet the required delivery/installation requirements and detailed understanding and demonstrated knowledge and experience. In addition, proposals shall include client references for whom similar support is being or has been provided within the past year. Cost proposal shall detail the service, equipment, and all applicable charges required to provision and provide the service(s) identified. Award shall be made based on a best value analysis assuming 26 active initial connections and ten additional service terminations for each option period. All evaluation factors other than price, when combined are equal to price. Non-price evaluation factors consist of Technical Capabilities and Past Performance. Technical Capabilities must identify and demonstrate: (1) Knowledge and understanding of the requirement(s) as defined in the Synopsis. (2) Services and Methodology to include the following: (a) Identification of services and availability. (b) Overview of methodology guiding performance of the technical requirements identified in the synopsis and a general description of how your technical approach will be applied to accomplishing the requirements. (c) Logical sequence of tasks required to accomplish the requirements. Past Performance must include: (1) Description of three projects (within the past year) your firm has completed or is working on that are similar in scope and requirements to the synopsis. Include points of contacts and their phone numbers with titles. Each reference shall include a contracting and technical point of contact. (2) The Government may supplement the information you provide with any other information it may obtain from any other source including its own experience with your firm, or information concerning your performance from any other reliable source. Cost. Provide costs that are both reasonable and realistic. Option periods will be included in the evaluation. This solicitation is a Request for Quotation, reference Number 5TS473N0201. FAR 52.252-2 applies to this acquisition. Full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far. FAR 52.212-1 applies to this acquisition. FAR 52.212-2 shall not apply to this acquisition. Award shall be based on best value evaluation using criteria identified above. QUOTATIONS SHALL INCLUDE A COMPLETED COPY OF THE PROVISIONS AT FAR 52.212-3. FAR 52.212-4 applies to this acquisition. FAR 52.212-5 applies to this acquisition -- FAR 52.212-5(b): The following additional FAR clauses apply to this acquisition: 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225.13, 52.239-1, 52.222-41 and 52.232-33. DOL Wage Determination No. 1994-2194, Revision No. 20, Last Revised 10 April 2002, is applicable to this acquisition and will be incorporated in the resultant award. Submit any questions for clarification via e-mail to mel.dopson@gsa.gov and mara.Shultz@gsa.gov. Offers are due no later than 4 June 2003, 1:00 p.m. Central Time. One copy to GSA/FTS, Melvin L. Dopson; 575 N. Pennsylvania St. Room 295; Indianapolis, IN 46204 and one copy to GSA/FTS Mara E. Shultz; 10850 Lincoln Trail; Fairview Heights, IL 62208. Contact Melvin L. Dopson 317 226 5577 (voice) or Allen Rodgers 317 226 5600 (voice) for information regarding this RFQ.
 
Place of Performance
Address: 8899 E. 56th Street, Indianapolis, IN
Zip Code: 46249-0100
Country: USA
 
Record
SN00334485-W 20030531/030529213728 (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.