Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

58 -- Video Switching System for Domestic and International Feeds to VOA Headquarters in Washington DC - Statement of Work

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
VOA-OX-FY09-4835
 
Archive Date
10/3/2009
 
Point of Contact
Donna Buchan, Phone: 202-203-4826, Gary C Hosford, Phone: 202.382.7843
 
E-Mail Address
dlbuchan@voanews.com, ghosford@bbg.gov
(dlbuchan@voanews.com, ghosford@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
SOW for Digital Switch (pdf file) Synopsis: This Combined Synopsis/Solicitation was prepared by the U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Voice of America (VOA) pursuant to Federal Acquisition Regulation (FAR) Subpart 12.603 [Streamlined Solicitation for Commercial Items] to include the following additional information: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of 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) This Solicitation is issued as a request for proposal (RFP), that will result in a single award of a firm-fixed-price contract using FAR Part 15 [Contracting by Negotiation] procedures for a system and services to (iii) This is a combined synopsis/solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-035 dated July 14, 2009. (iv) The Contracting Officer (CO) has found and determined that the nature of the supplies to be provided is appropriate for an "unrestricted" procurement. (v) The Contractor shall provide the following item - Contract Line-Item Number (CLIN) No. 1: Video Switching System for Domestic and International Feeds to VOA Headquarters in Washington DC. (vi) The CLIN required above is described as follows: CLIN No. 1: See attached Statement of Work. (vii) CLIN No. 1 shall be completed and delivered daily throughout the term of the contract. Award will be made for a base and 2 options years. (viii) The provision at FAR Subpart 52.212-1 [Instructions to Offerors - Commercial Items] applies to this acquisition. (ix) The provision at FAR Subpart 52.212-2 [Evaluation of Commercial Items] is hereby incorporated by reference into this combined synopsis/solicitation. The below-stated technical evaluation subfactors, when combined, are more important than price in the BBG's overall evaluation of an Offeror's proposal. Past performance will also be considered [see FAR Subpart 15.305 (a) (2) (Proposed Evaluation)]. In order to help the Government in its evaluation of past performance, Offerors shall provide at least three (3) current references with valid telephone numbers of customers for similar services. The technical evaluation subfactors are of importance are: (a) compliance with the technical requirements in the attached Statement of Work and (b) evidence of ability to deliver on or before the above stated time requirement. (x) Offerors shall submit a completed copy of the attached provision at FAR Subpart 52.212-3 [Offeror representations and certifications -- commercial items] with their proposal. This provision can also be found at the following website: http://www.arnet.gov/far/. (xi) FAR Clause 52.212-4 [Contract Terms and Conditions -- Commercial Items] applies to this acquisition. (xii) FAR Clause 52.212-5 [Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items] applies to this acquisition and incorporates the following clauses: FAR Clause 52.203-6 [Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402)]; FAR Clause 52.219-4 [Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if an Offeror elects to waive the preference, the Offeror shall so indicate in his/her proposal)]; FAR Clause 52.219-8 [Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3))]; FAR Clause 52.222-21 [Prohibition of Segregated Facilities]; FAR Clause 52.222-26 [Equal Opportunity (E.O. 11246)]; FAR Clause 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)]; FAR Clause 52.222-36 [Affirmative Action for Workers with Disabilities (29 U.S.C. 793)]; FAR Clause 52.225-1 [Buy American Act - Supplies (41 U.S.C. 10a-10d)]; FAR Clause 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, Section 7102, and 10 U.S.C. 2323) (if an Offeror elects to waive the adjustment, the Offeror shall so indicate in his/her proposal)]; Alternate I of FAR Clause 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns]; FAR Clause 52.232-18 [Availability of Funds]; FAR Clause 52.232-33 [Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332)]; FAR Clause 52.239-1 [Privacy or Security Safeguards (5 U.S.C. 552a)]. (xiii) The Offeror shall note that CLIN No. 1 shall be priced on a firm-fixed price. The Contractor's proposed prices shall include wages, overhead, general and administrative expenses, and profit. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this acquisition. (xv) Numbered notes are no longer used. (xvi) Offerors shall submit two (2) separate documents (proposals) to the BBG, namely: (1) a Price Proposal that states: (a) the Offeror's proposed firm-fixed-price for CLIN No. 1 and (2) a Technical Proposal which contains: (a) a Capability Profile, (b) the description of how they will complete the work, (c) past experience/performance information, and (d) evidence of ability to deliver on or before the above-stated time requirement. Proposals are due by 2:00 p.m. local time on September 18, 2009 at the following address: Broadcasting Board of Governors (BBG), Voice of America (VOA), Room 2276, Wilbur Cohen Building, 330 Independence Street (SW), Washington, DC 20237, Attention: Ms. Donna Buchan. Proposals may be submitted in hard copy format only (i.e., in person, U.S. Mail, or Federal Express or equivalent commercial courier service). Offerors should note that proposals submitted by e-mail or facsimile will not be considered. (xvii) Offeror's price and technical proposals shall be submitted via hard copy only; telegraphic submissions, facsimile submissions, or other material submitted via electronic means (e.g., e-mail) will not be considered. However, written questions may be sent to Ms. Donna Buchan via e-mail at dlbuchan@voanews.com. The cutoff date for e-mail questions pertaining to this combined synopsis/solicitation is September 14, 2009. Any Offeror may submit an offer, which shall be considered by the BBG. End of Notice
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/VOA-OX-FY09-4835/listing.html)
 
Place of Performance
Address: 330 Independence Ave, SW, Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN01946191-W 20090910/090909090321-5fe6867e2519084dda93f71b1c3983ab (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.