Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2004 FBO #1049
SOLICITATION NOTICE

58 -- 50 kW Solid-State Medium-Wave (MW) Transmitter

Notice Date
10/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
 
ZIP Code
20237
 
Solicitation Number
BBGCON-3605-S5479
 
Response Due
10/26/2004
 
Archive Date
11/9/2004
 
Description
This Combined Synopsis/Solicitation was prepared by the U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB) pursuant to Federal Acquisition Regulation (FAR) Subpart 12.603 [Streamlined Solicitation for Commercial Items] to include the following additional information: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of 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. (ii) This Solicitation Number BBGCON3605S5479 is issued as a request for proposal (RFP), subject to availability of funding, that will result in a single award of a firm-fixed-price contract for equipment, installation services, and spare parts using FAR Part 15 [Contracting by Negotiation] procedures. (iii) This is a combined synopsis/solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-024 dated June 18, 2004. (iv) The Contracting Officer (CO) has found and determined that the nature of the supplies to be provided is appropriate for an ?unrestricted? procurement. (v) The Contractor shall provide the following items - Contract Line-Item Number (CLIN) No. 1: 50 Kilowatt (kW) all solid-state Medium-Wave (MW) transmitter; Optional CLIN No. 2: Installation supervision services; and Optional CLIN No. 3: Spare parts for one year. (vi) The CLINs required above are described as follows: CLIN No. 1: one each (1) 50 kW all solid-state MW transmitter with adjustable RF power output capable of being installed and operated in an existing facility on the Turks and Caicos Island; the transmitter shall be a stand-alone device requiring only primary mains power, a conditioned operating environment, and a RF output load; the carrier frequency shall be 1570 kilohertz; the primary mains input voltage shall be 480VAC, 3-phase, 60 Hertz; the RF output load impedance shall be 50 ohms with a maximum VSWR of typically 1.25:1; the transmitter shall be compliant with all CCIR Recommendations and ITU Rules and Regulations regarding emission standards and spectral purity that are applicable on the date of delivery; the transmitter shall also comply with most recent edition of IEC215 entitled ?Safety Requirements for Radio Transmitting Equipment?; Operation and Maintenance Manuals in the English Language shall be provided with the transmitter; Optional CLIN No. 2: Ten (10) days of labor necessary to supervise the installation of the transmitter by IBB personnel; and Optional CLIN NO. 3: Bill of Materials and firm-fixed-price for recommended spare parts to support the transmitter for one year. (vii) CLIN No. 1 shall be delivered 120 calendar days after notice to proceed. All prices should be based on FOB to Kamino International Transport Inc, 113 Executive Drive, Suite 118/120, Sterling, VA 20166, POC: Danny at Phone (703) 435-9793 and Fax (703) 787-9150. (viii) The provision at FAR Subpart 52.212-1 [Instructions to Offerors - Commercial Items] applies to this acquisition. Offerors shall provide catalog cut sheets or equivalent evidence which demonstrates compliance with the specifications contained in above item (vi). (ix) The provision at FAR Subpart 52.212-2 [Evaluation of Commercial Items] is hereby incorporated by reference into this combined synopsis/solicitation. The below-stated technical evaluation subfactors, when combined, are significantly less important than price in the BBG?s overall evaluation of an Offeror?s proposal. Past performance will also be considered [see FAR Subpart 15.304 (Evaluation Factors and Significant Subfactors)]. In order to help the Government in its evaluation of past performance, Offerors shall provide at least three (3) current references with valid telephone numbers of customers for similar supplies. The technical evaluation subfactors in descending order of importance are compliance with the technical requirements specified herein, ability to deliver on or before the above-stated 120 day requirement, resumes of proposed installation services personnel, and contents of the operation and maintenance manual. (x) Offerors shall submit a completed copy of the provision at FAR Subpart 52.212-3 [Offeror representations and certifications -- commercial items] with their proposal. This provision can be found at the following website: http://www.arnet.gov/far/; if requested by an Offeror, a copy of far subpart 52.212-3 can be obtained by contacting the contracting officer. (xi) FAR Clause 52.212-4 [Contract Terms and Conditions -- Commercial Items] applies to this acquisition. (xii) FAR Clause 52.212-5 [Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items] applies to this acquisition and incorporates the following clauses: FAR Clause 52.203-6 [Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402)]; FAR Clause 52.219-4 [Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if an Offeror elects to waive the preference, the Offeror shall so indicate in his/her proposal)]; FAR Clause 52.219-8 [Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3))]; FAR Clause 52.222-21 [Prohibition of Segregated Facilities]; FAR Clause 52.222-26 [Equal Opportunity (E.O. 11246)]; FAR Clause 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)]; FAR Clause 52.222-36 [Affirmative Action for Workers with Disabilities (29 U.S.C. 793)]; FAR Clause 52.225-1 [Buy American Act ? Supplies (41 U.S.C. 10a-10d)]; FAR Clause 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, Section 7102, and 10 U.S.C. 2323) (if an Offeror elects to waive the adjustment, the Offeror shall so indicate in his/her proposal)]; Alternate I of FAR Clause 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns]; FAR Clause 52.232-18 [Availability of Funds]; FAR Clause 52.232-33 [Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332)]; FAR Clause 52.239-1 [Privacy or Security Safeguards (5 U.S.C. 552a)]. (xiii) The Offeror shall note that CLIN No. 2 shall be priced on a daily rate based on a minimum of 10 calendar days. This price should be for direct labor and labor associated overheads only, since the IBB will reimburse the Contractor for per diem rates and travel cost based on US Government amounts for the region. (xiv) the Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this acquisition. (xv) No numbered notes apply to this acquisition. (xvi) Offerors shall submit two (2) separate documents (proposals) to the BBG, namely: (1) a Price Proposal that states: (a) the Offeror?s proposed firm-fixed-price (FOB destination) for CLIN No. 1, (b) a fully burdened daily direct labor rate for CLIN No. 2, and (c) the firm-fixed-price for the spare parts shown in optional CLIN No. 3 and (2) a Technical Proposal which: contains (a) evidence of compliance with the specification requirements herein, (b) the resume of the proposed installation services personnel, and (c) the operation and maintenance manual. Proposals are due by 2:00 p.m. local time on October 26, 2004 at the following address: Broadcasting Board of Governors (BBG), Office of Contracts (M/CON/CR), Room 2519, Switzer Building, 330 ?C? Street (SW), Washington, DC 20237, Attention: Mr. Gary Hosford. Proposals may be submitted in hard copy format only (i.e., in person, U.S. Mail, or Federal Express or equivalent commercial courier service). Offerors should note that proposals submitted by e-mail or facsimile will not be considered. (xvii) Information regarding this combined synopsis/solicitation can be obtained by contacting the Contracting Officer, Mr. Gary Hosford, at (202) 619-2946, or via e-mail at ghosford@ibb.gov. Any Offeror may submit an offer, which shall be considered by the BBG.
 
Record
SN00691699-W 20041010/041009084748 (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.