SOLICITATION NOTICE
70 -- SSA CATV Expansion
- Notice Date
- 8/25/2006
- Notice Type
- Solicitation Notice
- NAICS
- 517510
— Cable and Other Program Distribution
- Contracting Office
- Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance 7111 Security Blvd., Baltimore, MD, 21244
- ZIP Code
- 21244
- Solicitation Number
- KT08252006
- Response Due
- 9/7/2006
- Archive Date
- 9/22/2006
- Description
- The Social Security Administration intends to negotiate solely with Comcast Cable of Maryland under the authority of the Federal Acquisition Regulation (FAR) Part 13.106-1(b)(1) as the contracting officer has determined that the circumstances of the contract action deem only one source reasonably available. Comcast is the only source capable of providing the required engineering, installation, and integration services to expand the existing SSA campus CATV services to 2525 Lord Baltimore Drive, 3200 Lord Baltimore Drive, and 7111 Security Boulevard Place, Baltimore, MD 21235. Comcast is the authorized cable provider for Baltimore County and is the only cable provider that is authorized to access public and private utility systems to distribute the signal to all buildings located on the SSA campus. Comcast has the technical and practical solution for SSA to achieve the most benefits and provide all necessary channels and programming that management and training will require. This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A written request for quotation will not be issued. This procurement is being conducted as a simplified acquisition in accordance under FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005 -12. The North American Classification System code for this acquisition is 517510. The business size standard is $34 million. FAR Subpart 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. See specific instructions below. Comcast shall include with their quotation, a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items. Offeror Representations and Certifications Commercial Items can be completed electronically via the ORCA website at https://orca.bpn.gov/publicsearch.aspx. FAR 52.212-4 Contract Terms and Conditions Commercial Items apply to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, apply to this acquisition. The following under 52.212-5 apply to this acquisition: 52.222-3, Convict Labor, 52.222-19; Child Labor-Cooperation With Authorities And Remedies (Jan 2006) (E.O. 13126); 52.222-21, Prohibition Of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246); 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action For Workers With Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d); 52.225-13, Restrictions On Certain Foreign Purchases (FEB 2006); 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). In accordance with FAR Subpart 5.203(b), quotations are due no later than 2:00pm, September 7, 2006 and must be submitted electronically to Kristin.Taylor@ssa.gov. Delivery is FOB destination. Request for copies of a solicitation will not be honored or acknowledged. Questions regarding this solicitation shall be submitted in writing to Kristin Taylor at Kristin.Taylor@ssa.gov. INSTRUCTIONS TO VENDORS Along with your price quotation you must provide the following information: 1. Tax ID Number 2. DUNS Number STATEMENT OF WORK BACKGROUND: SSA CATV network consists of 842 operational television ports throughout headquarters (HQ) and some outlying campus building locations. The CATV network provides real-time news and information for the entire HQ campus community. In particular, the CATV network allows key Agency personnel to effectively and efficiently monitor important news events and critical programming that affect SSA. The CATV network is also the alternate delivery method for Interactive Video Tele-training broadcasts which provide educational and training content to SSA HQ?s components. SCOPE The contractor shall extend existing services from SSA Headquarters in the Operations Building 6401 Security Blvd. to SSA 2525 Lord Baltimore Dr., 3200 Lord Baltimore Dr. and 7111 Boulevard Place, Baltimore, MD 21235. The contractor shall provide SSA CATV (to include: ABC Baltimore, FOX 45, CSPAN1, CSPAN2, CSPAN3, NBC Baltimore, MD Public TV, CBS Baltimore, PBS Washington, CNBC, MSNBC, The Weather Channel, FOX News Network, CNN, CNN Headline News, SSA IVT Studios 1, 7, SSATV Informational Channel, and Channels 56, 57 and 58 as spare Channels) to Windsor Park Building with approximately 6 to 10 drops within the facility. Materials required to perform such task shall include but not limited to: fiber, 1.5 and 2 inch conduit, vaults, aerial innerduct, sno-shoes, U-Guard, plenum innerduct, splice enclosures, PVC, various clamps, tapins and Motorola Headend Equipment transmitters and receivers. Labor cost and description shall include but not limited to: installation of overlash fiber, sno-shoes and directional bore, place vaults, blow string/pull fiber, core drills, riser, internal Plenum pull place nid, in-house labor and permit fees. Operational service is defined as free from visual defects which prohibit a clear picture. The contractor?s responsibility shall stop at the wire closet port device or, the renovated SSA buildings containing an amplified house wiring system (currently the Annex building), at the input to the buildings backbone. In the case of the buildings possessing an amplified house wiring system, SSA will only cross connect the number of CATV ports covered under this contract. CONTRACTOR PERSONNEL a. The contractor shall provide competent, experienced and highly-qualified technical, system engineering and maintenance personnel that are fully knowledgeable of the installed CATV system and its operation to provide the required installation for the SSA Headquarters Complex and its outlying buildings. b. The contractor shall verify that the contractor personnel are experienced and fully trained and qualified to provide the services required by this purchase, supervise the techniques used by the employees in the execution of their tasks, and keep them fully trained and cognizant of all improvements, changes and new methods of operation. c. The contractor shall meet with SSA within 5 business days of award for a project kick off meeting to identify all key personnel and their roles and responsibilities on this project. The contractor shall also present SSA with a Project Plan within 10 business days of award outlining projected start dates and completion dates for all milestones associated with this project. The contractor shall attend weekly status meetings with SSA throughout the life of this project to provide project updates and to identify any issues or concerns which could possibly effect delivery date. All projects shall be scheduled to be completed within 90 days of acceptance unless previously negotiated. d. The contractor shall guarantee the availability of trained service personnel. e. The contractor shall ensure that while contractor personnel are at SSA facilities, the contractor is responsible for compliance with all laws, rules, regulations governing conduct with respect to health and safety, not only as they relate to the contractor employees and representatives, but also to other personnel who are SSA employees or representatives of SSA and to property at the location, regardless of ownership. RESPONSIBILITIES OF THE CONTRACTOR The contractor shall provide all systems service in support of SSA distributed cable television network. The contractor shall provide all hardware /software required for the support of the system; including all maintenance and ongoing services. The contractor shall provide scheduled and unscheduled maintenance for the Community Antenna Television System (CATV). The contractor shall provide scheduled and unscheduled maintenance for the 12 private insertion channels, modulators 48 through 59. The contractor shall be responsible for the repair of the campus cable network due to equipment defects, faulty installations, and/or improper work practices by the contractor. The contractor shall maintain the entire CATV system and ensure an acceptable level of broadcast signal distribution. Maintenance shall include services needed at nearby notch filter facilities and distribution sheds. The contractor shall provide Community Antenna Television (CATV) service, maintenance and ongoing support for the SSA Headquarters CATV system during the Principle Period of maintenance (PPM). The PPM is defined as the period from 8:00 am through 5:00 pm, local Eastern Time Monday through Friday, excluding Federal holidays. The contractor shall remedy emergencies within twenty ?four hours after notification. An emergency is defined as campus wide interference, static, off the air or more than 25 ports out of service at any one time. Type of trouble Response Time Emergency 24 hours Non Emergency 48 hours The Government will evaluate contractor performance under this purchase order and record all observations. Upon notification by the GPO, the contractor will immediately initiate corrective measures to effect resolution. GOVERNMENT SERVICES/FACILITIES a. The Government will furnish the necessary electricity, heating and air-conditioning for all Government facilities. b. The Government will provide telephone and fax service, but use is limited to matters related to the performance of the contract. c. The Government will be responsible for all facilities modifications such as lighting, soundproofing, painting and furniture. RESPONSIBILITIES OF THE GOVERNMENT SSA personnel may not perform maintenance, attempt repairs to equipment or tamper or otherwise interfere with the CATV system which is under the purview of this purchase order unless agreed upon by the contractor. The Government?s responsibilities will include but not be limited to: 1) Granting access to construction area, secured areas on government property 2) Providing contacts 3) Support, guide, and inspect the work being conducted 4) SSA/ODCFAM/OFM/OBM, SSA/OS/OTSO/DITM/VCB will be notified at the beginning of each new step or any changes. 5) Test and Acceptance 6) Assistance in providing continuous communications between Government personnel, Contractors engineers and technicians, and Headquarters Customers. WARRANTY Warranty service is to be provided throughout the period of the contract. The contractor shall be responsible for repair of the Campus CATV Network damage due to equipment defects, faulty installations and/or improper work practices by the contractor. The warranty periods for systems, equipment and construction begin when appropriate government officials i.e. contracting officer or the project officer signs acceptance documents. SECURITY REQUIREMENTS 1. Access to Government facilities shall be restricted to the contractor personnel and other personnel as may be authorized by the GPO or designated Agency representative. 2. The contractor shall coordinate with the GPO or designated Agency representative, the correct procedures for entry into restricted or controlled areas. Since all SSA facilities are considered controlled or restricted, the contractor shall provide, as a minimum, a list of names and social security numbers of all contractor personnel who may have a need to access those facilities. 3. The contractor shall coordinate with the GPO or designated Agency representative, to obtain access badges and for escorted entry into restricted or controlled areas, if applicable. 4. The contractor shall be responsible for safeguarding all Government property provided for contractor use and shall secure such equipment and materials at the close of each work period.
- Place of Performance
- Address: 2525 Lord Baltimore Drive, Baltimore, Maryland
- Zip Code: 21235
- Country: UNITED STATES
- Zip Code: 21235
- Record
- SN01126561-W 20060827/060825222358 (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 |