Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2009 FBO #2719
SOLICITATION NOTICE

59 -- For the provisioning of real time meta data encoding which supports the IPG and VOD functions Of the Pentagon Cable Information NetworkRFP W91WAW-09-T-0061

Notice Date
5/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-09-T-0061
 
Response Due
5/11/2009 11:59:00 PM
 
Archive Date
7/10/2009
 
Point of Contact
Richard White, 703-428-0435<br />
 
Small Business Set-Aside
Total Small Business
 
Description
I)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. (II) The solicitation document is issued as a request for proposal (RFP). Submit written proposals on RFP number RFQ W91WAW-09-T-0061. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, effective 15 January 2009. (IV) The North American Industry Classification System (NAICS) code is 541512 and the size standard is $25 million. The acquisition is a 100% Small Business Set-a- Side. The Government intends to award a firm-fixed-price contract resulting from this combined synopsis/solicitation. (V) This combined solicitation/synopsis is for purchase of the following commercial services: Procure an annual service contract for the provisioning of real-time meta data encoding (compatible with existing digital head-end, plant and distribution hardware) which supports the IPG and VOD functions of the Pentagon Cable Information Network. Service provides formatted ASCII data containing meta data and lineup-specific television programming schedule information (Schedules) in the typical TMS digital set-top box data formats used in Licensees Aptiv-based interactive program guide Contractors shall provide the unit price for the below listed requirements: ITEM NO -- SUPPLIES/SERVICES -- QUANTITY -- UNIT- UNIT PRICE - AMOUNT BASE YEAR 0001Zap2it Direct 12 MONTH 0.00 0.00 0002 TV Schedules Video-On-Demand 12 MONTH 0.00 0.00 0003 TV Schedules Systems Fee 12 MONTH 0.00 0.00 OPTION YEAR ONE (1) 1001Zap2it Direct 12 MONTH 0.00 0.00 1002 TV Schedules Video-On-Demand 12 MONTH 0.00 0.00 1003 TV Schedules Systems Fee 12 MONTH 0.00 0.00 OPTION YEAR TWO (2) 2001Zap2it Direct 12 MONTH 0.00 0.00 2002 TV Schedules Video-On-Demand 12 MONTH 0.00 0.00 2003 TV Schedules Systems Fee 12 MONTH 0.00 0.00 OPTION YEAR THREE (3) 3001Zap2it Direct 12 MONTH 0.00 0.00 3002 TV Schedules Video-On-Demand 12 MONTH 0.00 0.00 3003 TV Schedules Systems Fee 12 MONTH 0.00 0.00 OPTION YEAR FOUR (4) 4001Zap2it Direct 12 MONTH 0.00 0.00 4002 TV Schedules Video-On-Demand 12 MONTH 0.00 0.00 4003 TV Schedules Systems Fee 12MONTH 0.00 0.00 (VI) STATEMENT OF WORK BACKGROUND The U.S. Army Information Technology Agency (ITA) requests the purchase of an annual meta data subscription in support of operations for the Pentagon Cable Information Networks (PCIN) interactive program guide (IPG). The IPG is used by PCIN customers in OSD, JCS, and Secretaries of the Air Force, Army, Navy, and Marine Corps as well as other special interest communities such as Intelligence and Public Affairs agencies which utilize the Pentagon Cable Information Network. OBJECTIVE Procure an annual service contract for the provisioning of real-time meta data encoding (compatible with existing digital head-end, plant and distribution hardware) which supports the IPG and VOD functions of the Pentagon Cable Information Network. SCOPE: The end deliverable shall be a directory of pipe-delimited formatted ASCII data files which creates, aggregates and distributes licensed (meta data which contains system/lineup-specific television programming schedule information ) on news and information content for use in the operation of an interactive program guide (IPG). Said data stream provides the IPG with the ability to populate an onscreen menu with TV scheduling information; while the real time encoding facilitates the successful archival and recovery of stored video streams for generation of a recall command menu for all channels that are currently carried on the PCIN video on demand system. The contractor shall provide the items explained in part C.3.1. Specifications: Required Capabilities: - compatible with SeaChange International On Demand Media Content Review System (Video On Demand//VOD) -compatible with Passport DCT and Passport Echo software platforms from Aptiv Digital, Inc. currently in use in the Pentagon Cable Information Network head-end facility -compatible with Motorola Digital Communications Terminal (DCT 700/2000/3200/6400 series set top boxes) -compatible with Motorola Digital Access Controller (DAC 6000) -content shall be deliverable via file transfer protocol (FTP) through internet connectivity -content shall be available to the PCIN VOD system 24 hours a day, 7 days per week -content distribution rights are approved and delivered by contractor for the National Capitol Region -latest commercially available software release compatible with existing headend, plant and distribution systems Deliveries or Performance: (VII) Period of Performance (POP): Base Year: 12 months after the effective date of award with four (4) option years. (VIII) The provision 52.212-1 -- Instructions to Offerors -- Commercial Items, applies to this acquisition. (IX) The provision at FAR 52.212-2 Evaluation -- Commercial Items applies to this acquisition. Basis of Award: The following factors shall be used to evaluate offers 1. Factor 1- Technical Technical Capabilities. The Government will evaluate the offerors ability to provide the resources and comply with the requirements as outlined in the Performance Work Statement (PWS). 2. Factor 2 Price The Government will evaluate offerors price to determine that the prices are fair and reasonable. Price will be evaluated for completeness and reasonableness using the techniques in FAR 15.404-1(b) (2). 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). No adjectival ratings will be used to evaluate Price. Adjectival Ratings. The following adjectival ratings will be used: Factor 1 will be rated using the following Adjectival Scale ADJECTIVAL DEFINITION ACCEPTABLEThe proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes strengths which significantly outweigh the weaknesses. The risk of unsuccessful performance is at least moderate, as the proposal solutions are feasible and practical. These solutions are further considered to reflect moderate risk in that they are clear and precise, fully supported, and demonstrate an understanding of the requirement. UNACCEPTABLEThe proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has numerous weaknesses which outweigh the strengths. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions are further considered to reflect very high risk in that they lack clarity or precision, are unsupported, and do not demonstrate a complete understanding of the requirement. (End of clause) (X). The provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items(By Reference), applies to this acquisition, the offeror must submit a completed copy of with its quote. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions (By Reference), applies to this acquisition. (XII) The clause at FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items is applies to this acquisition Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (17) 52.222-3, Convict Labor (June 2003)(E.O. 11755). _X_ (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (21) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). _X_ (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). _X_ (24) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). Office of Foreign Assets Control of the Department of the Treasury). _X_ (38) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003)(31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractors directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (e)(1)(i) through (xi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (ii) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (iii) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (iv) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (v) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (vi) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (vii) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (viii) 52.222-54, Employment Eligibility Verification (Jan 2009). (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) (XIII) The Government intends to award a firm-fixed-price contract resulting from this combined synopsis/solicitation. (XIV) N/A (XV) Quotes are required to be received in the contracting office no later than 10:00 AM EST on May 11, 2009. All quotes must be emailed to the attention of, Richard W. White @ Email: richard.white20@us.army.mil (XVI) Questions regarding this solicitation should be forwarded to Mr. Richard White, Contract Specialist, at richard.white20@us.army.mil., no later than Monday, 8 May 2009, 10:00 am EST. No question made by telephone inquiry shall be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8a0c3227a71bb79b8131569dd13e8ed0&tab=core&_cview=1)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC<br />
Zip Code: 20310-5200<br />
 
Record
SN01809047-W 20090507/090505220719-8a0c3227a71bb79b8131569dd13e8ed0 (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.