SOLICITATION NOTICE
R -- Harris Nexio Video Management System
- Notice Date
- 4/2/2013
- Notice Type
- Presolicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Broadcasting Board of Governors, Director, Office of Contracts, Office of Cuba Broadcasting, Office of Administration (OCB/A), 4201 NW 77th Avenue, Miami, Florida, 33166
- ZIP Code
- 33166
- Solicitation Number
- 13-00302
- Archive Date
- 4/30/2013
- Point of Contact
- Mary A. Amps, Phone: 305-437-7031, Patrick D Folts, Phone: 305-437-7067
- E-Mail Address
-
mamps@ocb.ibb.gov, pfolts@ocb.ibb.gov
(mamps@ocb.ibb.gov, pfolts@ocb.ibb.gov)
- Small Business Set-Aside
- N/A
- Description
- 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. Solicitation No. 13-00302 is issued as a Request for Proposal(RFP). This solicitation is for a contractor to provide the Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Office of Cuba Broadcasting (OCB) with 24/7 technical and maintenance support for TV Marti's Harris Nexio video management system. OCB broadcasting facilities are located at 4201 NW 77th Avenue in Miami, Florida. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49. Contract award will be issued under the provisions outlined in FAR Part 13 - Simplified Acquisition Procedures. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a) Any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer IAW FAR 19.502-2 (c). (A) Line Items: The following commercial items/services are requested in this solicitation: (1) CLIN 0001: Technical and maintenance support coverage from a Harris-Certified Nexio distributor for TV Marti's 15-server Harris Nexio system, to include but not limited to, (1) 24/7 technical telephone consultation, (2) Rapid response on-site technical support and maintenance, (3) Online diagnostic capabilities, (4) Advance exchange of spare parts, (5) Next-day replacement modules, and all applicable software updates and upgrades. (B) Other Statement of Work Requirements: (1) WORKING CONDITIONS: It is contemplated that most of the services performed under this contract will be able to be completed by the Contractor's from either telephonically consultation with OCB employees or access to the Harris Nexio system via an IP connection. OCB is a government installation and has restricted access to its facility. The Contractor shall be provided access to the site when properly coordinated with the OCB Project Manager. Generally, when on-site access is required, the Contractor must submit a list of job site personnel 2 days before start of installation. Work shall be performed between the hours of 7AM to 6PM, Monday through Friday unless approved by the OCB Project Manager. The Contractor shall take extraordinary precautions not to disrupt any ongoing broadcast operations at the station. Any equipment installation, wiring and testing can take place any time during these times of day if it does not disrupt broadcasting operations. The OCB Project Manager will coordinate with Contractor to minimize disruptions. (2) CONTRACTOR FURNISHED EQUIPMENT/MATERIAL: Unless otherwise specified herein, the Contractor shall be responsible to provide all necessary tools, equipment, materials to perform the requested services under this contract. (3) OCB PROJECT MANAGER-COR: The government will designate Mr. Donald Pulz as the Contracting Officer's Representative (COR). Overall supervision of the project will be the responsibility of Mr. Pulz. The primary mode of communication with the Contractor shall be using E-mail via the Internet. The Contractor is required to be accessible via the Internet with the capability of receiving and sending enclosures. The Contractor is advised that no additions, deletions or any other changes are to be made to this contract without the written approval of the Contracting Officer. (4) CONTRACTOR PROJECT MANAGER: The Contractor shall designate an English-speaking company official that can be contacted 24/7 for both technical and administrative issues during the period of contract for prompt contract administration. (6) PERIOD OF PERFORMANCE: Services rendered under this contact shall be for a one year period after receipt of order. FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.232-18 Availability of Funds and 52.237-3 Continuity of Services ;(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. (xv) There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. NOTE: See government-wide numbered notes 13 and 25. (xvii) Failure to provide any of the above-required CLIN may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted. Questions must be submitted in writing to Mary Ann Amps at mamps@ocb.ibb.gov. Written questions must be submitted by 12:00 p.m., Eastern Time on April 5, 2013. Offerors responding to this solicitation shall submit the following additional information to the contracting officer: [1] Proposals must also include company's DUNS Number, prompt payment terms and correct remittance address, if different from mailing address. [2] Detailed technical information that will enable the Agency to determine the compliance with the requirements of this solicitation, and [3] a contact person within the company who will be charged in answering technical questions regarding the alternate items being proposed. Offerors are cautioned that failure to provide adequate information on the technical specifications on their proposed may deem their proposal unacceptable. The Agency will award a firm-fixed price (FFP) contract resulting from this RFP to the responsible offeror whose offer conforms to the solicitation's requirements which are most advantageous to the Government, based on price, technical, and any other factors listed in the solicitation. There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. All firms must be registered in the System for Award Management (SAM) at http://www.sam.gov to be considered for award. Full text of all FAR clauses and provisions are available electronically at the following internet website address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official authorized to bind the organization. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. All proposals shall be sent electronically to the Contracting Officer, Ms. Mary Ann Amps, mamps@ocb.ibb.gov. Oral Quotes will not be accepted. Responses to this RFP must be received by April 15, 2013, 4:00pm Eastern Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/OCBAMIAMIFL/13-00302/listing.html)
- Place of Performance
- Address: Miami, Florida, 33166, United States
- Zip Code: 33166
- Zip Code: 33166
- Record
- SN03026293-W 20130404/130402234817-69e13086f3869d2c3c5e83ec56ab777f (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 |