Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2007 FBO #1892
SOURCES SOUGHT

99 -- AETC COMMAND WIDE TV CABLE SERVICES

Notice Date
1/29/2007
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA3002-07-LGCD-01
 
Response Due
2/16/2007
 
Archive Date
3/3/2007
 
Description
REQUEST FOR INFORMATION ONLY. ISSUE DATE IS 29 JAN 2007. REPLY NO LATER THAN DATE IS 3:00 PM (CST) ON 16 FEB 2007. REFER ALL QUESTIONS AND COMMENTS TO THIS WEB SITE. NO PHONES CALL WILL BE ACCEPTED. *************************************************************** The Air Education and Training Command (AETC) Communications Directorate, Randolph Air Force Base, Texas is seeking sources capable of providing commercial television services to thirteen geographically separated installations. This Request for Information (RFI) is for planning purposes only. This information will be used in conducting market research to identify potential sources and commercial products, obtain prices, and to locate businesses experienced in business operating system (BOS) services that express interest in performing these requirements. This RFI shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. A formal solicitation for this project may be issued at a later date. The Government will award one contract. A cost plus incentive (firm target) type contract is contemplated. A source selection will be conducted per Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315 and Mandatory Procedures (MP) 5315.3 at HQ AETC, Randolph AFB, TX. Contacts to Government personnel by potential offerors regarding this project are not allowed. The contracting officer, Mr Marcelo M. Buckley, will post all information regarding this RFI as soon as it becomes available. Comments and information on the following are requested: (1) Company name, Cage Code and DUNS number, address, point of contact, their telephone number and e-mail address; (2) Approximate annual gross revenue; (3) Any small business status (8(a), HUBZone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If you indicated your role as ?Prime Contractor? on Question 4, indicate the functions for which you plan to use subcontractors; (6) If you indicated your role as ?Prime Contractor? on Question 4, please provide brief information you feel would indicate your capability to mobilize, manage, and finance a large service contract such as this (7) If you indicated your roll will be a ?Subcontractor? on Question 4, please indicate which functional areas you intend to cover; (8) Indicate if your company primarily does business in the commercial or Government sector; (9) Please describe any commercial-sector contracts you have performed for similar combined services [if applicable, (10) Indicate which NAICS code(s) your company usually performs under for government contracts and (11) please provide suggestions to maximize the effectiveness of the anticipated solicitation and resulting contract in providing quality services to all thirteen bases in HQ AETC]. Request responses shall be provided no later than 3:00 pm on Feb 16, 2007. The planned NAICS (North American Industry Classification System) code is 561210 and the FSC (Facilities Support Services) code is 8744, with the applicable small business size standard of $30 million in annual gross receipts. Requirement: (Note: The description herein is a summary of the required services and is not intended to be all-inclusive). Overview: Television services in AETC are currently provided on a one base-one contract basis. The Government seeks to consolidate television services to all thirteen AETC facilities and five Annex locations that meet or exceed the required service level through one command-wide television service contract. The vendor shall provide a "basic package" of channels at a minimal, reasonable cost defined as what is available on the local market for off-Installation subscribers. In accordance with (IAW) Air Force Instruction (AFI) 65-106, Appropriated Fund Support of Morale, Welfare, and Recreations (MWR) and Non-Appropriated Funds Instrumentalities (NAFIS) dated 1 October 2002, TV service to billeting will consist of all major local affiliate networks (ABC, NBC, etc) base specific, one sports channel, one major news channel, and one family/children channel. In addition, a technical solution will be provided to support high speed internet HSI, video on demand and express checkout. The vendor will provide a ?commanders program package? base official service that will consist of all of the major local affiliate networks (ABC, NBC, FOX etc) base specific, two major news channels (ex. CNN, FOXNEWS), and the Weather channel. A rebroadcasting agreement shall be facilitated by the vendor according to AFI 64-101.1.2 in order for AETC bases to have the ability to rebroadcast available channels (ex. FOXNEWS, CNN, Weather Channel etc.) to desktop users via the base network. The rebroadcasting agreement(s) shall comense and expire on corresponding dates of the main Cable TV contract. The vendor will also provide the option for each base the capability for users to have access from their desktop to the Pentagon Access Channel. The cable operator must have or create franchise agreement(s) authorizing the construction or operation of a cable system on a federal installation according to AFI64-101.1.3.1. The vendor shall ensure that the system is designed, installed, and operated in a manner that meets or exceeds the technical standards required or recommended by the FCC as set forth in 47 CFR Part 76. The vendor recognizes that signal leakage or other interference, including emission, radiation, or induction, from the television system that affects the Government's air navigational, communications, or surveillance facilities, or other electronic device or equipment located on the Installation may disrupt or endanger military activities and may pose a threat to the safety of both the public and military personnel. The vendor shall address all necessary actions, including testing, maintenance, and coordination with government personnel to prevent any such leakage or interference. System Requirements: 1) The vendor must be able to provide television services to 13 geographically separated CONUS Air Force facilities. 2) The vendor shall deliver television services via any FCC approved method: Cable TV, Satellite TV, TV over the Network, etc. 3) A rebroadcasting agreement shall be facilitated by the vendor according to AFI 64-101.1.2 in order for AETC bases to have the ability to rebroadcast a specified package of channels (?commanders program package?) to desktop users via the base network using a network compatible technology. 4) The vendor shall provide a ?commanders program package? that will include 3 national network news channels (ex. CNN, FOX NEWS, CNBC), a national network weather channel, and local news channels (base specific). The ?commander?s program package? shall be offered via traditional television distribution (cable/satellite) and also to desktop users via the base network. 5) The vendor shall provide the option for each base the access capability to the Pentagon Access Channel. 6) The vendor shall provide TV service to billeting consisting of all major local affiliate networks (ABC, NBC, etc) base specific, one sports channel, one major news channel, and one family/children channel. In addition, a technical solution will be provided to support high speed internet HSI, video on demand and express checkout. 7) The Government seeks to consolidate television services to reduce the recurring service charges and infrastructure maintenance costs to the Government through use of innovative cost arrangements. Such arrangements could include but are not limited to on-demand services such as movies, video games, live sports, and other forms of entertainment. System Compatibility: Interested vendors should respond via e-mail their capability statement/information to listed point of contacts. The capabilities statement/information should include as a minimum a detailed description of your service (including requirements/system compatibility, software and hardware maintenance/modification/upgrade requirements), catalog, brochure, business size (i.e., small business, large business, small disadvantaged business, etc.), and prices (including maintenance costs). All contractors must be FCC registered. Current service delivery infrastructure is not compatible with newer delivery technologies (i.e., satellite television). All responses must address overall infrastructure requirements, if applicable, and address conversion from the NTSC standard to the ATSC standard. Small Business (SB) Set-Aside Determination: The Government reserves the right to decide whether or not a SB set-aside is appropriate for this acquisition based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude. In the solicitation, the extent to which prime contractors provide for the significant use of small and small disadvantaged business subcontractors will be a consideration in the evaluation of proposals. Points of Contact: Refer your questions, comments, or suggestions via the Request for Information on the FedBizOpps web site. Additional information or updates will be posted at the www.fbo.gov. It is the responsibility of interested parties to check this site regularly for any changes or updates. Place of Performance, United States of America: Base Zip Code Base Zip Code Altus AFB 73523 Little Rock AFB 72099 Columbus AFB 39710 Luke AFB 85309 Goodfellow AFB 76908 Gila Bend 85337 Keesler AFB 39534 Maxwell AFB 36112 Lackland AFB 78236 Gunter Annex 36114 Kelly Annex 78241 Randolph AFB 78150 Camp Bullis Annex 78257 Sheppard AFB 76311 Wilford Hall Medical Center 78236 Tyndall AFB 32403 Laughlin AFB 78843 Vance AFB 73705
 
Place of Performance
Address: SEE ABOVE
Zip Code: 78150
Country: UNITED STATES
 
Record
SN01221172-W 20070131/070129220411 (fbodaily.com)
 
Source
FedBizOpps 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.