SOLICITATION NOTICE
S -- television services for the San Diego area Navy Bases
- Notice Date
- 6/6/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024406R0036
- Response Due
- 6/27/2006
- Archive Date
- 7/27/2006
- Description
- IMPORTANT NOTICE: DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This procurement is unrestricted; all responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. Solicitation number / RFP N00244-06-R-0036 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09 (5/19/06) and DFAR Change Notices effective through 5/19/06. The standard industrial code is 4841 (NAICS 515210) and the business size standard is $13.5 million. The agency need is for television services for the San Diego Navy Bases. This requirement is for a fixed priced indefinite delivery / indefinite quantity contract. The statement of objectives is as follows: INTRODUCTION: Commander, Navy Region Southwest (CNRSW) is seeking commercial sources capable of providing basic television services to Navy and Marine Corps (N/MC) Base locations within the San Diego metropolitan area. CNRSW will procure basic television services for appropriated-fund (APF) activities as defined herein, and will grant access to Bases for marketing basic and additional television, data and voice services to non-appropriated fund (NAF) and personal-funded (PF) subscribers based on general guidelines defined in Attachment 1. BACKGROUND: Currently, the Greater San Diego area is receiving television service under a franchise agreement under which individual subscribers and Navy activities contract for television service. Individuals subscribe with personal funds (PF) directly with the television provider; Navy Non-Appropriated Fund activities, e.g. bowling alleys, gymnasiums, use non-appropriated funds (NAF); and instrumentalities of the Department of the Navy, e.g. Commands, Navy Piers, Headquarters/Command Groups that are part of the Marine Corps Recruit Depot, and the Naval Medical Center, San Diego obtain television services via contract, payment by credit card, using appropriated funds. The current television provider serves approximately 6,000 total APF, NAF and PF subscribers. CNRSW will hereby enter into a contract with a television service provider for approximately 1700 subscribers, instrumentalities of the Department of the Navy, funded with appropriated funds. The existing Franchise Agreement will not be renewed. CNRSW seeks, at a minimum, basic television services for all subscribers, and cost-effective commercial solutions for the installation and operation of television services and related unofficial services that do not rely on the Navy to provide existing infrastructure. PERFORMANCE OBJECTIVES: Creative, cost-effective, high-performance solutions to the technical and geographic objectives of the San Diego Navy and Marine Corps (N/MC) environment are encouraged. A CNRSW Base Communications Program monitor will support the Contracting Officer, perform the day-to-day government oversight, and resolve all technical issues as they arise. This monitor will be the Contracting Officer Technical Representative (COTR) for the contract. The COTR will serve only as a liaison for issues arising out of the non-appropriated fund subscriptions. The Navy and contractor(s) will be working toward shared goals and objectives that include the following: 1) Provide a level of services for the life of the contract at the same or better types and quality of services as available to the public and surrounding residential communities and commercial subscribers. 2) Services that can be provided via any medium (e.g., cable, satellite, wireless, etc.), depending on the contractor?s best technical solution for satisfying the objectives. 3) Service to the Bases listed in but not limited to the table below (paragraph 4). The total subscribers indicated in the table specify appropriated fund subscribers initially anticipated to be covered directly under this contract. 4) Basic television service for subscribers to be served under this contract grouped for the purposes of technical proposals based on subscriber density and Base location as follows: a. Low Density subscribers are defined as individual outlets up to 4 outlets per location, room or building. b. Medium Density subscribers are defined as multiple outlets per location, room or building, typical in a large office building with many outlets scattered throughout various offices and common areas. Generally speaking, medium density locations have less than 20 outlets in the building/complex. c. High Density subscribers are multiple dwelling unit type buildings with 20 or more outlets where most or all of the occupied units are wired for service, typical of a barracks, bachelor housing complex, or hotel type facility. NOTE: see hard copy of RFP for table in Statement of Objectives (SOO). 5) Provide a minimum basic tier of services for appropriated-fund subscribers including but not limited to all major national news channels, local broadcast television channels, public access channels, educational access channels and government channel. The Balboa Naval Medical Center San Diego (Hospital) subscribers require a higher level of service that the other APF customers. This level of service will be available only to the Hospital, and may be priced separately according to the proposed contract line item. The requirements for the Hospital include: a. An expanded tier of channels that is comparable to a commercial basic tier of service (as a point of reference, the current level of service is approximately 60 channels). b. In addition to the PEG channels provided in the basic level of service to other APF subscribers, provide the additional capability to distribute six or more PEG channels that are capable of carrying content provided by the Hospital. c. Provide broadband data connectivity capable of supporting video teleconferencing to remote Hospital branch clinics over the Internet. 6) Maintain and operate a fully code-compliant, reliable television infrastructure. Provider(s) will be required to provide all infrastructure, personnel, tools, services, supplies, materials, supervision, equipment, and other items or services necessary to construct, install, operate, and maintain the television system(s) at the above listed locations. The provider will be responsible for all operational costs including construction and equipment. The cost for these services shall be included in the unit price of the basic services. 7) Provide continuity of service to all subscribers through transition, sustaining operation and subscriber support. Provide detailed transition plan that documents design, planning, installation, cutover, continuity of service, transition to sustaining operations, subscriber support and contract termination. 8) Provide capability to modify services to meet changing Government needs, such as amending channel packages to provide DOD specific channels at some locations. 9) Fulfill service orders in a timely manner. A Contractor Technical Representative (CTR) shall be able to respond in person to meet installation and maintenance objectives at all service locations during normal business hours within 24 hours of requested service, and 24/7 by telephone. 10) Provide a monthly report deliverable in accordance with the Reporting Requirements of Appendix D. 11) The Contractor shall maintain a database of all current subscribers in his standard subscriber computer system application. This database shall remain open for Government review at convenient times coordinated by mutual consent during the period of performance of the contract. The Government may request an annual report from the subscriber database to reconcile Government records and payments. PRE-PROPOSAL SCHEDULE AND ACTIVITIES 1) Offeror Questions and Information Requests ? All vendor questions and requests must be submitted via e-mail to jessica.dunker@navy.mil no later than the close of business on the tenth calendar day after the issue date the RFP. Due to critical time constraints, telephone and facsimile will not be acknowledged, and late requests may not be responded to. 2) Library ? Interested providers are invited to review all available television system information, drawings, and subscriber lists beginning on the proposal release date through the proposal due date. The library is located at Naval Air Station North Island, Building 318 Main Conference Room, and is open from 0900-1600 by appointment only. Contact Jason Horvath at 619-545-9238 for appointments. 3) Special Note for All Offerors a. The Government intends to use contractor consultants to review offerors? technical and price proposals. These contractor employees and their respective employers have signed non-disclosure agreements that clearly and unequivocally provide for the maintenance of confidential technical and cost information. Contractors and their employees working on this procurement cannot exploit any information relating to this procurement. b. By submitting an offeror, the offeror hereby warrants that it understands that a contractor employee may be reviewing its technical and price proposals. Each offeror also understands that the contractor employees will make recommendations to the Government with respect to offer strengths, weaknesses, and fair/reasonable pricing. (Contractor employees will not be deciding officials with respect to contract award). Offeror further agrees that it has no objection to the release of technical/price information to a contractor or its employee; with the express understanding these contractor employees have executed non-disclosure agreements with the Government. c. This Special Note shall be incorporated into any offer submitted and shall serve as a written agreement that the offeror permits contractor employee(s) to review offeror?s technical and pricing information. d. Any questions about this Special Note, and the inclusion of this note in any offer, shall be addressed to the contracting officer, Ms. Jessica Dunker, at 619-532-2588 or jessica.dunker@navy.mil. NOTE: see hard copy of RFP for all attachments and excel spreadsheet for clin structure and pricing format. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies and 52.232-18, Availability of Funds. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference! for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items. NOTE: Vendors are required to use the web-based Online Representations and Certifications Application (ORCA) for this solicitation. If you are currently registered in the Central Contractor Registration (CCR), access your account in CCR, and enter a Marketing Partner ID Number (MPIN). Then login to ORCA to add your ORCA record. The ORCA website is http://orca.bpn.gov/login.aspx. Your MPIN takes 24 to 48 hours, after your registration in CCR, to be activated in ORCA, so you are encouraged to complete this entire process in sufficient time so that your proposal can be submitted on time and be considered. Provision 52.212-2, Evaluation ? Commercial Items, applies. See hard copy of RFP for evaluation factors. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company?s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time on 6-27-06, and will only be accepted via e-mail @ (jessica.dunker@navy.mil) or at the following physical address: Fleet & Industrial Supply! Center, 937 North Harbor Drive, 7th floor, San Diego CA 92132-0212.
- Web Link
-
click here to download a hard copy of the RFP
(http://www.neco.navy.mil)
- Record
- SN01063549-W 20060608/060606221149 (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 |