Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2004 FBO #1035
SOLICITATION NOTICE

70 -- COMMANDER ACCESS CHANNEL

Notice Date
9/24/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
ESC/PKOP, Services Branch, 20 Schilling Circle, Bldg. 1305, 3rd. floor, Hanscom AFB, MA 01731-2800
 
ZIP Code
01731-2800
 
Solicitation Number
F1CCHQ42600300
 
Response Due
12/24/2004
 
Archive Date
12/24/2004
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is set-aside for small business only. The NAICS Code for this synopsis/solicitation is 423690, Size Standard 500 Employees. Solicitation/Purchase Request number F1CCHQ42600300 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-24, Effective 19 Jul 2004 . The Government intends to award one contract line item number (CLIN 0001) for a Base Commander's Access Channel in accordance with the Statement of Work attached below. QUANTITY: 1 UNIT OF MEASURE: Lot DESIRED DELIVERY DATE: 4 weeks after date of contract FOB: DESTINATION. Inspection and acceptance: DESTINATION. STATEMENT OF WORK HANSCOM AIR FORCE BASE COMMANDER'S ACCESS CHANNEL F1CCHQ42600300 24 Sep 04 1. SCOPE: Furnish all parts, labor, materials, tools, equipment and transportation necessary to provide/install hardware, software and training to deploy a Commander's Access Channel on the Hanscom Air Force Base (AFB) cable television network. 2. LOCATION: Communications and Information Division, 63 Grenier Street, Bldg 1508, Hanscom AFB, MA 01731 3. WORKING HOURS: Work is to be completed Monday through Friday, 0730 to 1600 hrs (excluding holidays). 4. GENERAL: The contractor shall provide equipment (hardware and software) and required software licenses capable of meeting the following requirements. 4.1. Commercial, broadcast quality equipment capable of operating 7 days a week, 24 hours a day. 4.2. Accept video input from at least 16 sources. 4.3. Ability to preset the time any particular input source will be processed. This capability should be able to select sources in 15-minute increments and allow programming for 24 hours a day for a two-week period. 4.4. Ability to program a recurring event (e.g., video input 2 from 0900-1000 every day). 4.5. Ability to manually preempt preset programming. 4.6. "Emergency Blast" capability. 4.7. Ability to broadcast PowerPoint slides. 4.8. Ability to accept and process analog and digital video. 4.9. Ability to broadcast video from VHS VCR video sources. 4.10. Ability to broadcast video from DVD video sources. 4.11. Ability to broadcast sound analog and digital (CD) sources. 4.12. Ability to broadcast "crawling" text or a banner at the bottom of the receiving television. 4.13. Ability to broadcast "multi-zone" programs (viewed as a split screen on the receiving television). 4.14. Ability to remotely access the programming and "crawling" text or banner to make changes. Option to provide an Ethernet connection for access and control. 4.15. Ability to output one video channel. Option to output two video channels. 4.16. Option to provide HDTV broadcasts from HDTV and non-HDTV video sources. 5. LABOR: The contractor shall provide on-site installation, setup, configuration, and operational checkout of the equipment. The contractor shall provide initial on-site training to train up to four users in the operation and maintenance of the system. 6. INITIAL MAINTENANCE: The contractor shall provide initial maintenance for a period of one year after installation. 6.1. Software upgrades to keep current with the hardware and software versions of the proposed products. 6.2. Business day on-call maintenance support with a 4-hour response time. 7. SAFETY & CLEANUP: Contractor shall remove debris from the work area daily, or more often as necessary, to avoid any accumulation at the work site. Contractor shall be responsible for maintaining a work site compliant with the Occupational Health and Safety Administration (OSHA) regulations and all Local, State and Federal Codes. The following provisions and clauses apply to this procurement: In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of price. Offeror will be evaluated in accordance with FAR 13.106-2. FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52-212-3 and FAR 52.212-3 Alt I Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of these provisions with their proposal); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.222-37, 52.225-13, 52.232-33, 52.222-48]; FAR 52.252-1 Solicitation Provisions Incorporated by Reference. Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/; DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate (all offerors shall include a completed copy of this provision with their proposal); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply 252.225-7001, 252.243-7002;]; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; All offers are due no later than 4:00PM (Eastern Standard Time) 27 Sep 04. Offers may be emailed to arthur.perera@hanscom.af.mil, or faxed to (781) 377-0339 ATTN: Lt Art Perera ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Web Link
N/A
(http://www2.eps.gov/spg/USAF/AFMC/ESC/F1CCHQ42600300/N/A)
 
Place of Performance
Address: Hanscom AFB, MA
Zip Code: 01731
Country: USA
 
Record
SN00681394-W 20040926/040924211850 (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.