Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOLICITATION NOTICE

58 -- Broadband Medium Wave Broadcast Transmitters

Notice Date
7/30/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
BBGCON3607S6525
 
Response Due
8/17/2007
 
Archive Date
9/1/2007
 
Description
17(i). 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. 17(ii). Solicitation No. BBGCON3607S6525 is issued as a Request for Proposal (RFP) SUBJECT TO THE AVAILABILITY OF FUNDS. 17(iii). This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005, FAC 05-18, last updated June 30, 2007. 17(iv). This is a full and open procurement for a Medium Wave (MW) Broadcast Transmitter under SIC 3663, Radio and Television Broadcasting and Communications Equipment. 17(v). The Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), has a requirement for the manufacture and shipping of one (1) 100,000 Watt MW all solid-state broadcast transmitter, transmitter spares, and associated support documentation. The Government contemplates awarding a single firm-fixed price contract. The Contractor shall provide a commercial quality, solid-state MW broadcast transmitter configured specifically for the BBG Marathon Transmitting Station, Marathon Key, Florida, USA. Installation and commissioning of the transmitter will be performed by BBG employees with an option for expert technical assistance from the Contractor. The following contract line item numbers (CLIN) identify the IBB requirement for this procurement: CLIN 01: Fabrication and factory acceptance testing of one (1) all solid-state 100kW MW broadcast transmitter as described below; CLIN 02: Packing and shipment of all items procured to Marathon TS, Marathon Key, Florida; CLIN 03: Preparation and delivery of five (5) copies of all documentation as described below; and CLIN 04: Five (5) year extended warranty for the transmitter; CLIN 05 (OPTION): Fabrication, packing and shipment of 100kW Transmitter spares; CLIN 06 (OPTION): On-site operation and maintenance training and including the preparation and delivery of all required instructor and student documentation; CLIN 07 (OPTION): Supervisory on-site installation/commissioning/ technical support quoted on a daily basis plus travel costs; CLIN 08 (OPTION): Technical support via telephone/email quoted on an hourly basis.17(vi). Description: The subject MW broadcast transmitter shall be in accordance with the manufacturer's standard commercial quality, off-the-shelf design, and as a minimum meet the functional and performance criteria contained herein. The transmitter shall be all solid-state, highly reliable and efficient, have a proven performance quality assurance track record, and shall meet all International Electro-technical Commission (IEC) requirements in addition to the following specific technical performance requirements: (1) Frequency: 1180kHz; (2) Power Output: 100,000 Watt, Amplitude Modulated; (3) Active Devices: Solid State Only; (4) RF Output Impedance: 50 ohms; (5) RF Output Termination: 4-1/16" EIA flange; (6) AC Input Power: 480 Volts, 3-phase, 60 Hz; (7) RF Harmonics and Spurious Emissions: In accordance with CCIR Recommendations and ITU Regulations pertinent to the operating frequency at full rated power output; (8) Operational Duty Cycle: Continuous 100% modulated sine wave; (9) External Fault Detection: To include high VSWR Shutdown and primary mains over and under voltage protection to include high VSWR Shutdown and primary mains over and under voltage protection; (10) Internal Fault Protection: To include automatic bypassing of defective RF amplifier modules; (11) Environmental Conditions: The transmitter shall be compatible and operational at the altitude, temperature range, and humidity normal to the Florida Keys; (12) Physical Installation Requirements: Transmitter must fit in the existing control room measuring 19 feet, 4 inches long; 6 feet, 9.5 inches wide; 10 feet height. The doorway to the control room may have to be enlarged and would be the responsibility of the Government; contractor shall provide preliminary transmitter layout drawings with its proposal; Attached are photographs of the control room and a dimensional floor plan drawing of the transmitter building showing the control room; (13) Remote Operation: Transmitters shall be capable of being remotely controlled and the Contractor shall provide complete documentation describing the physical interface and the control protocols; (14) Operation and Maintenance Manuals: The Contractor shall provide five (5) sets of its English version standard off-the-shelf Operation and Maintenance (O&M) manuals in accordance with the delivery instructions below; (15) Installation and Commissioning Drawings and Documentation: The Contractor shall provide five (5) sets of its English version standard off-the-shelf Installation and Commissioning Drawings and Documentation suitable for installation/commissioning of the transmitter by BBG personnel in accordance with the delivery instructions below; (16) Spares and Consumables: The Contractor shall provide a priced list of its recommended spares and consumables for one year of operation. The Contractor shall provide spare parts available for purchase by the BBG for no less than ten (10) years after award of the contract or for as long as its transmitter remains in production, whichever is longer; (17) Training (OPTION): The Contractor shall conduct five (5) days of on-site training for up to five (5) students at the Marathon TS after the commissioning of the transmitter; (18) Warranty, Equipment And Materials: The Contractor shall provide a basic warranty covering the repair and replacement of defective components for a period of one (1) year beginning at the date the transmitter is placed into full broadcast service. The warranty shall be in accordance with FAR 52.246-19, Warranty of Systems and Equipment Under Performance Specifications or Design Criteria and FAR 52.212-4, Contract Terms and Conditions - Commercial Items; (19) Extended Warranty: The Contractor shall provide an extended warranty covering the repair and replacement of defective components for an additional four (4) years beginning at the end of basic warranty period. The warranty shall be in accordance with FAR 52.246-19, Warranty of Systems and Equipment Under Performance Specifications or Design Criteria and FAR 52.212-4, Contract Terms and Conditions - Commercial Items; (20) Service Life: The Contractor shall provide a MW transmitter and associated equipment designed to provide 20 years minimum service life when maintained in accordance with the Contractors Operation and Maintenance procedures; (21) Service Contacts: The Contractors service department shall provide timely, competent responses to warranty issues and/or operation/maintenance questions at any hour on any day. The Contractor shall provide the BBG with the points of contact for warranty/service and the method of contacting (telephone, fax, E-Mail, etc.) with the delivery of the transmitter; (22) Packing: The transmitter and other deliverables shall be packed suitable to the conditions to be experienced during the shipping process. 17(vii). Delivery: The Contractor shall meet the following delivery requirements: (1) Transmitter: The transmitter shall be delivered to the BBG Marathon TS 120 calendar days after notice to proceed;(2)Spares and Consumables: Spares and consumables shall be delivered to the BBG Marathon TS 120 days after order of spares;(3)Operation and Maintenance Manuals: Five (5) sets delivered to the addresses stated below 90 calendar days after notice to proceed;(4)Preliminary Installation and Commissioning Drawings and Documentation: Three (3) sets of its English version standard off-the-shelf Installation and Commissioning Drawings and Documentation suitable for installation/commissioning of the transmitter by BBG personnel in accordance with the delivery instructions below 30 calendar days after notice to proceed for BBG review;(5)Final Installation and Commissioning Drawings and Documentation: Five (5) sets of its English version standard off-the-shelf Installation and Commissioning Drawings and Documentation suitable for installation/ commissioning of the transmitter by BBG personnel, incorporating BBG comments, in accordance with the delivery instructions below 90 calendar days after notice to proceed. Delivery Addresses: One (1) copy of all documentation to the AR/CO at BBG Headquarters, Washington DC; one (1) copy of all documentation to OCB Headquarters, Miami, Florida; remaining copies of all documentation to Marathon TS, Florida. Exact delivery addresses will be provided at contract award. The Government (BBG, IBB) will take conditional acceptance of the transmitter, spares, and documentation upon delivery. Final acceptance will be upon installation, commissioning, and final testing of the transmitter. 17(viii). The provision at 52.212-1 Instructions to Offerors Commercial Items (Sept 2006) is hereby incorporated by reference and applies to this acquisition. ADENDUM TO FAR 52.212-1 With regard to Item (j), Offerors are reminded to identify and submit their DUNS# with their proposal. The Technical Proposal should reflect the Offeror's understanding of and compliance with the technical requirements set forth in this RFP and be legible, practical, clear, coherent. As a minimum, they should contain the below specified information organized as follows:(1)Statement of Qualifications,(2) Table of Contents,(3)List of Tables, Drawings, Exhibits, Attachments, (4)Executive Summary - not to exceed 3 pages,(5)Technical Information and Data that provides specific and clear narrative description that demonstrates the extent to which the proposed equipment will meet or exceed the Government's RFP requirements, including, but not limited to: Compliance matrix listing each requirement in Paragraphs 17(vi) and 17(vii), above; Transmitter specification data sheets and transmitter photographs; Initial transmitter layout and installation drawing(s)/documentation; List of recommended spares; Description of optional training program; Detailed contract schedule showing transmitter fabrication/delivery activities and other RFP requirements described above;(6)Management Information and Data that addresses a. Resource Management and a description of how the Offeror proposes to bring forth the resources necessary to deliver the subject components, and b. Experience and detailed description of Past Performance, with a listing of no fewer than three (3) but no more than ten (10) previous or ongoing contracts related to delivery of the identical/similar equipment; and experience in the design, fabrication and delivery of MW transmitters as described below. The Price Proposal shall be bound separately from the Technical Proposal, address every CLIN identified above and include detailed line-item pricing for spares and other items as the offeror believes necessary to fully describe its offer. 17(ix). 52.217-3 Evaluation Exclusive of Options (Apr 1984) The Government will evaluate offers for award purposes by including only the price for the basic requirement; i.e., options will not be included in the evaluation for award purposes. (End of provision) 17(x). Solicitation provision at FAR 52.212-2, Evaluation - Commercial Items (Jan 99), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Offerors should be aware that the Government may award this contract without discussions; therefore, offerors should ensure that all requirements are fully and accurately addressed in this initial submittal. Each CLIN will be evaluated for the best value alternative based on the following evaluation criteria are ranked in the descending order of importance: (1) Technical Capability to meet the Agencys requirements; (2) Past Performance in accordance with FAR 15.304; and (3) Price - being equivalent to the combined technical evaluation factors. Specific Technical Evaluation criteria for the above are as follows - (i) Technical Capability - each Offeror shall include specific statements and documentation clearly describing how the Offeror meets the technical requirements stated for the above items along with: (a) specification and/or data sheets for the transmitter offered, (b) a clear statement that each of the performance requirements stated herein is understood including any supporting drawings and backup documentation and will be fully complied with in any resultant contract unless otherwise agreed to by the Government, (c) a clear description of any variation to any of the requirements stated herein, (d) a recommended spare parts list for the transmitter offered, and (e) delivery information in calendar days for fabrication and delivery to IBB of the transmitter, spares and documentation; (ii) Past Performance - Offerors will be evaluated on their completion of prior successful accomplishments, and shall include a reference list of recent and relevant contracts for similar equipment including contract numbers, technical points of contact with telephone numbers, address and other relevant information including date of order and quantity delivered: (a) a minimum of ten (10) years of experience in the design and manufacture of MW broadcast transmitters, (b) a minimum of five (5) years of experience in the design and manufacture of all solid-state MW broadcast transmitters, and (c) a minimum of one (1) year of full-time commercial service for the model of transmitter offered (or its direct design predecessor); (iii) Price - Each Price Proposal shall include: (a) distinct unit pricing for each CLIN identified in Paragraph 17(v), above; and (b) prices for each item on the recommended spare parts list for the model of transmitter offered. In addition to FAR 52.212-1, the Price Proposal from each Offeror shall include a statement of price validity for up to six (6) months after submission. Pricing information shall be provided separate from the technical information and past performance (items (i) and (ii) above). Technical and past performance when compared to price are of relative equal importance, when combined per FAR 15.304. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) ADENDUM TO FAR 52.212-2 Offerors will be evaluated per FAR 52.217-3, Evaluation Exclusive of Options. 17(xi). Offerors are advised that in order for their written proposal to be considered responsive that they shall complete and include with their offer the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2006). Full text of all FAR clauses are available electronically at the following internet address {http://www.arnet.gov/far}.!! 17(xii). The provision at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 07) is hereby incorporated by reference and applies to this acquisition. 17(xiii). The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 07), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: (b)(1) FAR 52.203-6 with Alternate I(b)(3) FAR 52.219-4, (b)(5) FAR 52.219-8, (b)(11) FAR 52.222-21, (b)(12) FAR 52.222-26, (b)(13) FAR 52.222-35, (b)(14) FAR 52.222-36, (b)(15) FAR 52.222-37, (b)(22) FAR 52.232-33 (End of clause). 17(xiv). Additional Contract Terms and Conditions applicable to this procurement are: (i) Offerors are advised to include with their offer a copy of the applicable warranty provisions which would apply to the subject equipment acquisition. Solicitations for commercial items require Offerors to extend to the Government at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. Note that all offered warranties must be valid at the proposed installation site. (ii) Payment for the delivered equipment will be made via direct electronic funds transfer upon inspection and conditional acceptance of the equipment. 17(xv). N/A!! 17(xvi). N/A!! 17(xvii). Signed and dated offers on original letterhead or SF 1449 (one original/four (4) copies) shall be submitted to the BBG, IBB, Office of Contracts M/CON/CR, 330 C Street, SW, Washington, DC 20237 (Attn: Patricia Ludlow), at or before 2 PM ET on August, 20, 2007. 17(xviii). Ms. Patricia Ludlow, Contract Specialist, Phone 202-205-9664, Email: pludlow@ibb.gov or Mr. Herman Shaw, Contracting Officer, Phone 202-205-8412, Email: hshaw@ibb.gov.
 
Record
SN01355940-W 20070801/070730220041 (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.