Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2005 FBO #1280
SOLICITATION NOTICE

D -- NATO NC3A Official Notification of Intent (NOI) to Invite Bids for the Provision of a Psychological Operations (PSYOPS) Radio Network in Afghanistan

Notice Date
5/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
515111 — Radio Networks
 
Contracting Office
Department of Commerce, Bureau of Industry & Security, Office of Strategic Industries and Economic Security, Defense Programs Division, Room 3876 1401 Constitution Avenue, NW, Washington, DC, 20230
 
ZIP Code
20230
 
Solicitation Number
IFB-CO-11560-OPL
 
Response Due
6/8/2005
 
Archive Date
6/10/2005
 
Description
The NATO Consultation, Command and Control Agency (N3CA) intends to advertise for International Competitive Bidding (ICB) on works and services within the framework of the NATO Security Investment Program. Eligible firms will be invited to bid for the procurement of a Psychological Operations (PSYOPS) radio network in support of Stages 1 and 2 of International Security Assistance Force (ISAF) Expansion. The estimated value of this procurement is not available at this time. NC3A was nominated as Host Nation for this project, which was fully authorized by the Infrastructure Committee. The Committee noted that the project will be handled under the Two-Stage Authorization Procedure. The reference of the Invitation for International Bid (IFIB/IFB) to be issued is IFB-CO-11560-OPL and all correspondence in relation to this procurement shall refer to this reference. The U.S. Department of Commerce will be using the same IFIB/IFB reference. SCOPE OF PROJECT NATO has envisioned the need to establish an ISAF FM-radio network in Afghanistan to transmit over-the-air broadcasts to the ISAF target audience, the citizens of Afghanistan. (The radio broadcast studio and satellite transmission/reception terminals are established and are not part of this project.) This project main objective is to acquire the equipment and services necessary to allow for the rebroadcast of the original ISAF-generated audio within nine Provisional Reconstruction Team (PRT) areas, including possibly 20 remote areas surrounding their local periphery. To meet this objective, the contractor must perform radio coverage analysis for the broadcast areas, procure equipment (including power systems, housing for the equipment and operating personnel), and provide installation, maintenance activities and associated training to operate designated nodes of the radio network. At each of the nine PRT sites, the delivered equipment will accept an in-place digital audio signal and broadcast that signal over-the-air in a commercial FM band to a local Afghan radio audience. It is anticipated that some of those PRT sites will have the physical space and geographical characteristics to allow the contractor to connect radio transmission equipment directly to the satellite terminal receiving the digital audio signal. Other sites will require the contractor to provide additional equipment to retransmit the digital audio signal from the PRT satellite terminal to the remote radio transmission equipment. Contractor-hired personnel are to be responsible for the operation and physical security of the project equipment. Additionally, it is anticipated that up to 20 remote areas will require coverage for which the PRT transmission sites are unable to effectively reach. In such circumstances, the contractor will propose locations within the main transmitter footprint to install additional equipment that can re-broadcast the PRT-FM transmission in order to extend the coverage to more remote areas. Contractor-hired personnel are to be responsible for the operation and physical security of the equipment. At the radio broadcast studio site, some miscellaneous communication equipment will be required to interface the digital audio signal from the radio broadcast studio (through in-place bandwidth managers) to the VSAT terminal multicasting the audio stream. GENERAL REQUIREMENTS: Radio coverage analysis of broadcast areas; FM over-the air re-broadcast; Retransmission of FM radio signal between PRT satellite terminal and FM transmission equipment (when equipment not physically co-located together); Complete power generation for project equipment: 24-7 requirement for the nine PRT sites, Backup power generation for remote locations; Environmentally controlled sheltering for project equipment (at PRT site locations), Sheltering for project equipment (at remote locations); Interfacing the audio signal from the broadcasting studio into the NATO Bandwidth Management Equipment (BME); extracting the audio signal from the BME; interface the audio signal into the VSAT up-link; Civil works associated with the contractor provided equipment; Operations and periodic/emergency maintenance of equipment to be performed by the contractor; Equipment must operate under the rigors of harsh climatic conditions; All equipment acquired is to be transportable by military means, including air (C130/C160); General training of ISAF personnel regarding operations of equipment at PRTs INSTALLATION SCENARIOS: Civil works preparation of the PRT site areas will be done by the contractor with regard to the project equipment requirements. The sequence and timing of the installations will be given according to the operational requirements of ISAF. All project equipment installation activities are to be done by the contractor. Three different equipment installation scenarios are envisioned for the contract to perform: Scenario 1: FM broadcast system located directly on a PRT compound; Scenario 2: FM broadcast system located nearby a PRT compound; Scenario 3: Radio repeater system located at a remote village site IMPLEMENTATION: This procurement generally consists of the same sets of equipment being installed and operated from different locations. Site equipment for each PRT will be independent from all other PRT sites with respect to operations. Implementation will be done in a sequence consistent with the operational requirements of ISAF. LOGISTICS SUPPORT: The contractor will be asked to provide a comprehensive Integrated Logistic Support package. This would include, but may not be limited to, providing: spare parts, warranty, periodic and emergency maintenance, technical documentation, as well as initial and follow-on training. DELIVERY SPECIFICATIONS All of the bids submitted in response to this IFIB/IFB shall show the minimum validity of 12 months from the bid closing date. ELIGIBILITY Interested firms must be introduced by their Diplomatic Representative in Belgium (Embassy) or their NATO National Delegations by means of a Declaration of Eligibility as defined in AC/4-D/2261 (1996 Edition). This Declaration of Eligibility (nomination letter) must be submitted by the U.S. Embassy to NC3A no later than 8 June 2005. REQUESTS FOR PARTICIPATION RECEIVED DIRECTLY FROM FIRMS CANNOT BE CONSIDERED. Contractor selection will be based on the lowest compliant bid (One Envelope Procedure.) Security classification: Prospective bidders should be aware that contractor personnel may be called upon to work at a NATO site in connection with the contract and such contractor personnel will be required to have security clearances to the level of NATO SECRET inclusive. All such personnel clearances must be in place prior to the contract award. IMPORTANT DEADLINES 1. Final date for U.S. Embassy in Brussels to submit a Declaration of Eligibility (nomination letter) on your behalf: 8 June 2005. 2. The Invitation for International Bidding (IFIB/IFB) is planned to be issued and forwarded to those on the Bidder List in June 2005. 3. The bid closing date is planned for September 2005. All the bids submitted in the response to this IFIB/IFB shall show the minimum validity of 12 months from the bid closing date. 4. Target date for contract award is January 2006. CERTIFICATION ALL FIRMS WHOSE FACILITY IS LOCATED WITHIN THE UNITED STATES MUST BE CERTIFIED BY THE U.S. DEPARTMENT OF COMMERCE IN ORDER TO QUALIFY TO BID FOR THIS PROCUREMENT. THE U.S. DEPARTMENT OF COMMERCE DOES NOT SERVE AS THE CONTRACTING AGENCY FOR NATO PROJECTS. The contracting entity is N3CA. However, only firms that the U.S. Department of Commerce has certified as eligible will be allowed to bid. A Declaration of Eligibility (nomination letter) will be submitted on their behalf to the U.S. Embassy in Brussels, which will in turn provide the Declaration of Eligibility to the contracting entity. Please visit the following website for more information regarding receiving certification and the required Declaration of Eligibility: http://www.bis.doc.gov/defenseindustrialbaseprograms/OSIES/NATOprograms/index.htm
 
Record
SN00817507-W 20050529/050528093043 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.