Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2004 FBO #0885
SOLICITATION NOTICE

R -- Global Broadcast Operations Technical Management Support for trans-regional wide area dissemination of information via short-wave (SW) frequencies

Notice Date
4/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
515111 — Radio Networks
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-04-R-0029
 
Response Due
5/24/2004
 
Point of Contact
Dorothy Lewis, Contract Specialist, Phone 813-828-6526, Fax 813-828-7504, - Karene Spurlin, Contracting Officer, Phone 813-828-7356, Fax 813-828-7504,
 
E-Mail Address
lewisd@socom.mil, spurlik@socom.mil
 
Description
This is a combined synopsis/solicitation in accordance with the format in FAR Subpart 12.6, and FAR 13 as supplemented with additional information included in this notice. The solicitation number H92222-04-R-0029 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. This procurement is Full Open Competition. All proposals from responsible sources will be fully considered. This action is to obtain Global Broadcast Operations Technical Program Management support. The requirement is to conduct short-wave broadcasting transmission of informational news for coverage over wide area via shortwave for the Joint Psychological Operations Support Element (JPSE) for the United States Special Operations Command (USSOCOM). Contract may be expanded to allow for operation in support of other DoD and United States Government Agencies. The principal function is to support special operations forces to carry out assigned missions. The offeror shall provide technical, administrative, and operational support. This contract is specifically for the dissemination via shortwave broadcast media. The areas covered include providing subject matter expertise and operational support for; broadcast and engineering expertise; broadcast project management; scheduling and frequency management support; global reach and resource; support development of operational concepts, guidance and implementation documents; administrative support to program initiatives. NOTE: This contract is to support the operational requirements of the JPSE and does not include support for the Title 10 responsibilities of the SOOP-IO Directorate or the Joint PSYOP ACTD. Price should be structured for normal Administrative reoccurring cost, Transfer cost, and Hourly Broadcast Cost (currently estimates between 1200 and 28,800 hours of broadcast operations). Offerors should provide price breaks for excess broadcast time. This RFP is for Commercial Off the Shelf (COTS) Broadcasting services for broadcast and engineering expertise; broadcast project management; scheduling and frequency management support. The contractor must develop process and/or mechanism for transfer of final products from United States Government to vendor. The JPSE will provide to the vendor NO additional equipment. FAR provisions and/or clauses referenced can be obtained at http://www.arnet.gov/far/. Solicitation Provision FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2000) is hereby incorporated by reference. Solicitation Provision FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) is hereby incorporated. Award of a contract resulting from this solicitation will be to the responsible offeror whose offer conforms to the solicitation and is the best value and most advantageous to the Government, price and other factors considered. The evaluation factors, in descending order of importance, are Technical Capability, price, and past performance. When combined technical capability is more important than price and past performance. The government will conduct a comparative evaluation of offers. Contractors are reminded to submit a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications-Commercial Items (Jul 02) with their quote. Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 02) is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 02) is hereby incorporated by reference, as well as the following clauses cited in the clause which apply to this solicitation, 52.203-6, Restrictions on Subcontractor Sales to the Government (ALT 1), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), 52.222-0026, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-13, Restriction on Certain Foreign Purchases (E.O 12722, 12724, 13059, 13067, 13121, and 13129), 52-232-33, Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332)(xiii). Additionally, the following clauses are applicable to this solicitation, 252.212-7000 Offeror representations and certification, 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52.204-7004, Required Central Contractor Registration. The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. Signed and dated quotes referencing the RFP number H92222-04-R-0029, submitted, no later than 4:00 p.m. 24 May 2004, to Dorothy Lewis at USSOCOM, ATTN: SOAL-K, 7701 Tampa Point Blvd., MacDill AFB, FL 33621-5323. The Government anticipates a firm fixed price contract, 1 (one) year with 4 year option periods. This combined solicitation/synopsis can be viewed at the Federal Business Opportunities website - http://www.fedbizopps.gov/. The POC is Dorothy Lewis, Contract Specialist, Phone 813 828-6526, Fax 813 828 7504, Email lewisd@socom.mil - Karene Spurlin, Contracting Officer, Phone 813 828 7347, Fax 813 828 7504, Email spurlik@socom.mil NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (27-APR-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-04-R-0029/listing.html)
 
Place of Performance
Address: U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL,
Zip Code: 33621
Country: USA
 
Record
SN00573918-F 20040429/040427213026 (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.