Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2008 FBO #2237
SOLICITATION NOTICE

70 -- General-Purpose Information Technology Equipment

Notice Date
1/9/2008
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
BBGCON3608S6638
 
Response Due
1/25/2008
 
Archive Date
2/9/2008
 
Point of Contact
Patricia Ludlow, Contracting Officer, Phone 202-205-9664 , Fax 202-260-0855, - Herman Shaw, Contracting Officer , Phone 202-205--8412, Fax 202-260-0855
 
E-Mail Address
pludlow@IBB.GOV, hshaw@ibb.gov
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM 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; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED; see attached Scope of Work (SOW). The Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB) based in Washington, DC has a requirement for a contractor to provide a range of brand name or equal, Chyron application software and license updates for the Office of Engineering Technical Directorate (E/T). Prospective contractors may offer products other than those specifically referenced by brand name for evaluation and consideration. (ii) Solicitation No. BBGCON3608S6638 is issued as a Request For Quote (RFQ) and a commercial item contract will be awarded using the contracting by negotiation procedures in FAR Part 15. (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-022, dated December 24, 2007. (iv) This is a full and open procurement to provide a range of brand name or equal, Chyron application software and license updates to the BBG, IBB, E/T under NAICS 334220. (v) The contractor shall provide a price inclusive of any shipping and delivery costs for each of the Contract Line Item Numbers (CLINs) as identify below: CLIN 01: Eight (8) each Part No. 5A11394 Chyron CAMIO Play out per each additional Chyron System (inclusive of CAMIO HyperX/Duet Play out component enables communication between the Chyron CAMIO Server and the HyperX/Duet Lyric interface?enables Lyric to receive MOS Running Order information and automatically update the Play list to reflect changes in the Newsroom Control System--includes a one (1) year Software Maintenance); CLIN 02: Five (5) each Part No. 5A11510 Chyron LEX to LEX2 Dual Channel Digital Upgrades (inclusive of dual channel, dual clips, Lyric Premium Software Bundle (3D objects, movie objects, macros, intelligent interface, advanced text effects, advanced image effects, DB link for ODBC database connection and clip control panel)); CLIN 03: Ten (10) each Part No. 7A00213 Chyron iSQ Server Software License (inclusive of on the play out device?enables a remote computer to control the outputs of the device through the iSQ application per Duet system controlled by iSQ); CLIN 04: Two (2) each Part No. 7A00243 Chyron CAMIO Server with Software (inclusive 3RU rack mount server with more than 400GB of usable disk space, Chyron CAMIO Software and a license code for a single Chyron CAMIO play out system and one (1) year software maintenance and Lyric PRO software); CLIN 05: Six (6) each Part No. 7A10213 Chyron iSQ Client Software License (inclusive of a remote computer to view and control the play out rundown of multiple channels across multiple Chyron Devices from a single application. This software can be installed on any PC to view the rundown); CLIN 06: One (1) each Chyron CAMIO Installation (two-day installation by Chyron engineer(s) at BBG site, travel and related expenses not included); CLIN 07: Two-thousand (2000) each Chyron LUCI Client Seats (inclusive -no charge-); CLIN 08: One (1) each Chyron CAMIO Training (three-days at BBG site, travel and related expenses not included); CLIN 09: Six (6) each Lyric PRO Off-line Graphics Composition Software (inclusive of ability to create Lyric PRO messages offline on desktop or laptop?sending them to HyperX or LEX to see the Power of Lyric PRO with persistent messages and interactive messages); CLIN 10: Ten (10) each Lyric PRO software; and CLIN 11: Two (2) each MicroX SD System, Single Digital Channel, 525/NTSC Part Number 7A00295 (inclusive of one (1) year hardware warranty and one (1) year software maintenance). (vi) STATEMENT OF WORK: Although the primary supplies (e.g., equipment and systems) and services (maintenance, engineering, and/or logistics) required under this contract relate to television and radio production broadcasting, it must be noted that various portions of BBG?s infrastructure consists of state-of-the-art, integrated digital broadcast systems consisting of information technology (IT) based systems. (vii) The contract term is delivery/completion no earlier than 25 days after award which is anticipated on or about January 29, 2008. (viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors?Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing this equipment should submit a quote identifying capabilities as noted below. Offerors responding to this solicitation shall submit the following item(s) to the contracting officer: A firm-fixed-price for all Contract Line Item Numbers (CLINs). Quotes must be provided in English and United States dollars. (ix) The Government will award a Commercial Item, Firm-Fixed-Price contract resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on price and ability to meet BBG?S requirements as identified in the CLINs and delivery. Initial evaluation of each quotation will be based on the ability to provide the exact requirement factors identified by the CLINs. Offerors are cautioned that failure to address each of the factors of the CLINs may deem their quote unacceptable. Following the initial evaluation, discussions may be held with firms within the competitive range. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications Commercial Items with its offer. Quotes must also include contractor?s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. The contractor must be registered on-line with the Central Contractor Registration (CCR) Web site at: http://www.ccr.gov/Start.aspx. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice. (xi) FAR clause 52.212-4 Contract Terms and Conditions?Commercial Items, applies to this acquisition with no addenda to the clause. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.216-24 Limitation of Government Liability; 52.216-25 Contract Definitization; 52.219-8 Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3)); 52.219-14 Limitations on Subcontracting (15 U.S.C. 637(a)(14)); 52.222-3 Convict Labor (E.O. 11755); 52.222-19 Child Labor?Cooperation with Authorities and Remedies (E.O. 13126); 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)); 52.225-3 Buy American Act?Free Trade Agreements?Israeli Trade Act (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169); 52.225-13 Restrictions on Certain Foreign Purchases (EOs, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (31 U.S.C. 3332); and 52.239-1 Privacy or Security Safeguards (5 U.S.C. 552a). (xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.203-2 Certificate of Independent Price Determination; 52.204-3 Taxpayer Identification; 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters; 52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-6 Brand Name or Equal; 52.215-6 Place of Performance; 52.216-18 Ordering; 52.216-21 Requirements; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.219-1 Small Business Program Representations; 52.222-22 Previous Contracts and Compliance Reports; 52-222-25 Affirmative Action Compliance; 52.228-5 Insurance?Work on a Government Installation; 52.232-1 Payments; 52.232-11 Extras; 52.232-19 Availability of Funds for the Next Fiscal Year; 52.232-25 Prompt Payment; 52.233-1 Disputes; 52.233-2 Service of Protest; 52.333-4 Applicable Law for Breach of Contract Claim; 52.237-3 Continuity of Services; 52.246-4 Inspection of Services; 52.246-25 Limitation of Liability?Services; 52.247-35 F.o.b. Destination, Within Consignee?s Premises; 52.252-1 Provisions Incorporated by Reference; and 52.252-2 Clauses Incorporated by Reference. (xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. (xv) Notice of Delay ? If the contractor becomes unable to complete the contract work at the time(s) specified because of technical difficulties, notwithstanding the exercise of good faith and diligent efforts in the performance of the work called for hereunder, the contractor shall give the contracting officer written notice of the anticipated delay and the reasons therefore. Such notice and reasons shall be delivered promptly after the condition creating the anticipated delay becomes known to the contractor but in no event less than twenty-one (21) days before the completion date specified in this contract, unless otherwise directed by the contracting officer. When notice is so required, the contracting officer may extend the time specified in the schedule for such period as deemed advisable. (xvi) There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. NOTE: See government-wide numbered notes 13 and 25. (xvii) Failure to provide any of the above-required CLIN information may result in the rejection of your quote. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Quotations shall be in writing and must be signed by an official authorized to bind the organization. All documentation submitted shall be sufficient in depth and detail to allow for an evaluation without the need for added information. The Government will not accept oral or incomplete submissions. Quotations shall be submitted prior to the deadline not later than 5:00PM ET, January 25, 2008, via email transmission to Patricia Ludlow, Contract Specialist at pludlow@bbg.gov. (xviii) Contact: Any questions related to this proposed acquisition shall be submitted in writing and shall be sent directly and only to the Contract Specialist, Patricia Ludlow via e-mail at pludlow@bbg.gov. All responsible sources shall be considered by the BBG/IBB. All written requests for information regarding this requirement shall include company name, mailing address, point of contact, telephone number, and facsimile number.
 
Record
SN01481269-W 20080111/080109223151 (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.