Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
SOLICITATION NOTICE

D -- Media Broadcast Services

Notice Date
8/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
517910 — Other Telecommunications
 
Contracting Office
National Science Foundation, Division of Acquisition and Cooperative Support, DACS, 4201 Wilson Boulevard Room475, Arlington, VA, 22230, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DACS07Q2215
 
Response Due
9/4/2007
 
Archive Date
9/19/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. A. Request for Quotation # DACS07Q2215. B. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17. C. This is not a small business set-aside under NAICS Code 517910. This is an open market combined synopsis/solicitation. ***All interested Contractors shall provide a quote for the following: Description Background ***** The NSF requires access to an infrastructure of Internet 2 and National Lambda Rail as well as the ability to connect to remote sites through the Alliance Center for Collaboration, Education, Science and Software (ACCESS) grid. The National Science Foundation?s Office of Legislative and Public Affairs has a new initiative entitled ?Communicating Science Broadly through Multi-media Platforms?. As part of this initiative, the NSF is required to conduct live interviews with scientists around the nation, conduct interviews with personnel from the Office of the Director for local and national broadcasts, videotape interviews featuring will known scientists, engineers and educators, interview NSF program managers and disseminate program manager ?sound bites? for the NSF web and radio, and round-table discussions on ?hot? science topics. Also, the NSF Office of Legislative and Public Affairs requires a facility where the agency can develop major internet-audience productions to be disseminated in real time. The productions could be subsequently aired on other venues such as the Research Channel, MSN Video, Science planet TV, Discovery Networks, National Geographic and others. Therefore, in support of this initiative, access to a 24 hour facility with advanced technological capabilities is required. ****Requirements**** The contractor shall provide all personnel, management and facilities to provide ?24-7? access with connectivity portals, as described below. The contractor shall provide: o Connectivity to and broadcast through Internet 2 and National Lambda Rail. o Participation in the National Computational Science Alliance, a nationwide partnership of more than 50 academic, government and industrial organizations working to prototype the 21st century?s information infrastructure, called the National Technology Grid. The Grid relies on high-speed networks to link supercomputers, advanced visualization environments, remote scientific instrumentation and large databases through high-speed networks. o Technical expertise in delivery to news-media outlets with an ability to push content to diverse/specified audiences. o A facility location within a 25 mile radius of the NSF headquarters building in order to take advantage of short notice, live interview opportunities with distinguish scientists from around the nation; interview requests from local and national broadcast media; the ability to produce ?sound bites? for radio; and to capture the expertise of NSF funded scientists and engineers on ?hot? science topics and current news. o Ability to Plan for and produce major Internet-audience productions in real time. o Connections with remote sites through the NCSA ACCESS which acts as a portal into the broad bandwidth community. o Ability to do collaborative virtual reality and collaborative video conferencing. o Ability to perform as a distributed distance learning facility. o Collaborative multimedia conference center which combines state of art audio video capabilities with large capacity broadband. o Have 1 GB bandwidth connection easily up gradable to 10GB. o Architecture which allows the AV systems to receive multiple forms of electronic communications and bridge them all together. ****Delivery**** The contractor shall provide 24 hours, 7 days a week access to the facility for the exclusive use of the National Science Foundation. ****Place of Performance**** Performance will be at the contractor?s facility. ****Period of Performance**** The period of performance will be from date of award through 12 months with four, twelve month options. ****All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses information to substantiate its ability to meet the Government?s technical requirement to include descriptive literature of proposed facility, equipment and support capability; (2) Three references which include the contact?s name, phone number, and e-mail. (3) Firm fixed annual price for the initial 11 month period and for (4) four, 12 month optional periods *** 52.212-1 Instructions to Offerors?Commercial Items. (Sept 2006) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show? (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) ?Remit to? address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(k) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender?s request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ?late? and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and? (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government?s control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror?s initial offer should contain the offeror?s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to? GSA Federal Supply Service Specifications Section Suite 8100 470 East L?Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (http://assist.daps.dla.mil). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by? (i) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database.) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ?DUNS? or ?DUNS+4? followed by the DUNS or DUNS+4 number that identifies the offeror?s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same parent concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://www.dnb.com. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency?s evaluation of the significant weak or deficient factors in the debriefed offeror?s offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) 52.212-2 Evaluation?Commercial Items. (Jan 1999) (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: (1) Technical capability: Contractor?s ability to meet the Government requirement. Technical will be evaluated on a pass/fail basis. Award will not be made to an offeror whose proposal is determined to be not technically acceptable. (2) Past Performance will be evaluated with regard to similarity of past work to the current acquisition and quality of past performance. The Government will consider any information provided by the offeror in accordance with FAR 52.212-1(b)(10), as well as information obtained from any other sources, (3) Firm Fixed Price for Base period and for each 12 month option period. Award will be made to the low offeror who is technically acceptable and who has an acceptable past performance evaluation. (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 offer?s 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 provision) *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html . *** CLAUSES The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions?Commercial Items. (Feb 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. (Aug 2007) ***All quotes must be received no later than 4:30 p.m. local time on September 4, 2007. All quotes shall be sent to the National Science Foundation, BFA/DACS, Attn: Carolyn A. Smith, Room 475.25, 4201 Wilson Blvd, Arlington, VA 22230. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Carolyn A. Smith at cansmith@nsf.gov . Also, EMAILED QUOTES WILL BE ACCEPTED. ***
 
Place of Performance
Address: National Science Foundation, 4201 Wilson Blvd, Arlington, VA
Zip Code: 22230
Country: UNITED STATES
 
Record
SN01384947-W 20070826/070824222938 (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.