Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2009 FBO #2701
SOLICITATION NOTICE

N -- RECOVERY: Digital Television (DTV) Transition for Expert, Complex In-Home Digital Transition Services Region 3: Southwest (AR, LA, NM, OK, PR, TX) - Q&As

Notice Date
4/17/2009
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Federal Communications Commission, Office of the Managing Director, Contracts and Purchasing Center, 445 12th Street, SW, Washington, District of Columbia, 20554
 
ZIP Code
20554
 
Solicitation Number
RFQ09000048
 
Point of Contact
Wilma S Mooney,, Phone: 202-418-1940
 
E-Mail Address
eProposals@fcc.gov
 
Small Business Set-Aside
Partial Small Business
 
Description
Q&As RECOVERY: DIGITAL TELEVISION (DTV) TRANSITION FOR EXPERT, COMPLEX IN-HOME DIGITAL TRANSITION SERVICES Region 3: Southwest (AR, LA, NM, OK, PR, TX) PAPER COPIES OF THIS SOLICITATION WILL NOT BE ISSUED AND TELEPHONE REQUEST OR FAX REQUESTS FOR THE SOLICITATION WILL NOT BE ACCEPTED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12 and FAR Subpart 13.5 simplified acquisition procedures. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (www.ccr.gov). North American Industrial Classification Standard (NAICS) 238210 and Size Standard of $14 Million apply to this solicitation. The Federal Communications Commission (FCC) is in the final stage of implementing the congressionally mandated nationwide transition to digital broadcast television. Approximately one-third of the Nation’s 1800 full-power television stations have already completed this transition. The remaining two-thirds of full-power broadcast television stations will transition on or before June 12, 2009. In the television markets where the digital television (DTV) transition has been completed, the FCC has learned that most individuals and households can successfully make the transition by following instructions provided with their digital-to-analog converter box or by accessing mass media materials (such as information found on the FCC’s and other entities’ Internet sites, fact sheets and other printed materials available in libraries and community centers, calls to FCC or broadcast station help lines, or informational/demonstration programs presented by FCC staff, local television stations, and community groups). This RFQ seeks quotations for expert in-home digital transition services. Such services include, but are not limited to, the following elements – connecting up to two of a household’s existing coupon-eligible digital-to-analog converter boxes to existing broadcast antenna(s) and analog TV(s); making significant adjustments to and movement of existing antennas; scanning and rescanning converter boxes to locate the maximum number of digital broadcast channels available; integrating an existing VCR into the installation; and providing guidance to the consumer on the operation of his or her converter box(es), including the use of closed captioning features. Such services may include integrating two existing coupon-eligible digital-to-analog converter boxes and an existing VCR into the installation so that the consumer can watch one broadcast program while recording another. Statistical evidence suggests that certain geographical areas of the country are less prepared than others. Thus, this solicitation also prefers proposals targeted to the geographical communities identified in the attached statement of work and is seeking proposals that focus on providing digital transition assistance to low-income individuals, minority communities, non-English speaking consumers, senior citizens, consumers living in rural areas or on tribal lands, and consumers with disabilities. Proposals are requested from all potential offerors, regardless of whether they qualify as small business concerns or Historically Underutilized Business Zone (HUBZone) small business concerns under Small Business Administration regulations, 13 C.F.R. Parts 121 and 126. However, the FCC will make awards using cascading HUBZone and small business set-asides, as described in Method for Award-Cascading Set Asides, before considering awards to offerors other than small businesses. METHOD FOR AWARD—CASCADING SET-ASIDES Multiple awards will be made resulting from this solicitation using the following cascading set-aside order of preference: (1) In accordance with FAR Subpart 19.13, awards will be made on a competitive basis first to responsible, certified HUBZone small business concerns. (2) Following step (1), additional awards will be made on a competitive basis in accordance with FAR Subpart 19.5 to responsible, eligible small business concerns. (3) If the contract awards under steps (1) and (2) above do not provide in-home installation services sufficient to meet the Government’s needs throughout the geographic area covered by this solicitation, additional awards will be made on a full and open competition basis to responsible offerors. Please submit any questions before 12:00 PM Noon Eastern, on April 10, 2009. Submit offers or any questions to eProposals@fcc.gov. Offerors who fail to complete and submit all requirements may be considered non-responsive. NOTE: Not-for-profit organizations are eligible to submit quotations and be considered for award in the full and open competition phase of our award process (once awards have been made to SBA certified HUBZone small businesses and other small business concerns). The government intends to award multiple firm-fixed price contracts. The Period of Performance for these contracts is estimated to start mid May 2009 through July 31, 2009 with special emphasis on an 8-week period identified within the statement of work (SOW). See attached file containing SOW, proposal/quote instructions and evaluation criteria. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2009-04-16 09:49:31">Apr 16, 2009 9:49 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2009-04-17 15:21:58">Apr 17, 2009 3:21 pm Track Changes The maximum number of installations shall not exceed 500 per week however the Government reserves the right, after award, to modify quantities based on increased demands in the successful offerors geographical area. Under Enclosure 3, Price evaluation factor (Factor 2), add the following: Unit prices will be evaluated for reasonableness, which may include comparison of an offeror's proposed price to prices submitted by any other offerors (including offerors under other tiers of the cascading set-aside). Contract awards will not be made to offerors that propose unit prices that the FCC determines to be unreasonable. In addition, Q&As are hereby enclosed. The closing date and time for quotations is hereby extended to 4/21/09, Noon, Eastern.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=29795dc2cd3ec5e33b04e2b8c608f0a0&tab=core&_cview=1)
 
Place of Performance
Address: Location To Be Determined, United States
 
Record
SN01795998-W 20090419/090417220322-29795dc2cd3ec5e33b04e2b8c608f0a0 (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  © 1994-2020, Loren Data Corp.