Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,2000 PSA#2542

Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave, Bldg 7, Laughlin AFB, TX, 78843-5102

D -- D INFORMATION TECHNOLOGY SERVICES, INCLUDING TELECOMMUNICATION SERVICES, POTENTIAL SOURCES SOUGHT SOL F41685-00-R0019 DUE 022800 POC James Fisher, Contracting Specialist, Phone 830-298-4711, Fax 830-298-4178, Email james.fisher@laughlin.af.mil -- Jose Acosta, Contract Specialist, Phone 830-298-4862, Fax 830-298-4178, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=F41685-00-R00 19&LocID=508. E-MAIL: James Fisher, james.fisher@laughlin.af.mil. This is a sources sought synopsis: A solicitation is not presently available, however, the following description is provided to assist offerors in determining their interest in providing the requested services. Services Non Personal: Provide all personnel, tools, services, supplies, materials, supervision, equipment, and other items or services necessary to construct, install, operate, and maintain a cable television systems on Base Laughlin AFB. The cable systems shall pass and be capable or providing service to all residences on the Base and other buildings designated by the Contracting Officer. The contractor shall provide a basic tier of services, which will include services required by the rules of the Federal Communications Commission and any other federal laws or regulation, public access channels, educational access channels, and governmental access channels the retransmission of locally broadcast television signals and other appropriate services. The basic tier of service shall be provided to all subscribers at a set rate of basic service. The contractor shall provide the following broad categories of programming: 1) 24 hour news and weather, 2) sports, 3) children's programming, 4) premium movies, 5) public broadcast services, 6) major network and/or super stations, 7) foreign language programming. The contractor shall provide one Government Access Channel for noncommercial use by the Government. The systems shall be designed and constructed to permit the Government or originate programming for the Government Access Channel from facilities located on Base. The contractor shall ensure at no cost to the Government that, at the discretion of the Government, the Government Access Channel cannot be viewed outside of the Base. The contractor shall not be obligated to provide program origination equipment to the Government for use in operating the Government Access Channel. The system shall be designed and constructed to permit the Government to override the system and to transmit messages on all channels. The contractor shall not be obligated to provide the equipment and facilities necessary to override the system and to transmit messages on all channels. The contractor shall maintain a business office adequately staffed to transact all necessary business, including payment of bill, during regular business hours. The telephone number of the office shall be publicly listed. A base period of 12 months is anticipated with four (4) one-year option periods. The estimated performance start date is 01 Sep 00. POTENTIAL OFFERORS ARE INVITED TO REPOND WITH THE FOLLOWING INFORMATION: (1). Evidence of progressive and responsible experience. Discuss the experience that key management personnel possess; number of years of experience in providing cable television service. (2) Describe present workforce and ability to provide adequate, trained personnel to perform this requirement. (3) Evidence of sufficient financial capacity, working Capital and the financial, technical and management resources to perform the contract without financial assistance from the Government. To document this capacity, the offeror shall provide a financial plan and credit history for undertaking the service requirements described herein. Submit a copy of a current (six month period) financial statement. This statement shall be certified as true, accurate and in accordance with generally accepted accounting practices. The assessment criteria to be used in the solicitation (when issued) are (1) Past Performance and Experience and (2) Compliance with the Requirement. For the purpose of this procurement, the small business size standard is $11M. The Standard Industrial Classification (SIC) Code for this acquisition is 4841. Small Business (SB) concerns indicate interest in this acquisition by providing to the Contracting Officer, in no later than 10 calendar days of this notice, evidence of capability to perform this requirement and a positive statement of eligibility as a small business concern. If adequate responses are not received from small business concerns, the acquisition will be solicited on an unrestricted basis. Indications of interest from SB concerns will not be considered in determining the suitability of this requirement for a SB set-aside. Replies to this notice are solicited from both large and small business concerns. All are acceptable. NO TELEPHONIC INQUIRIES TO THIS NOTICE WILL BE CONSIDERED. Our FAX number is (830)-298-4178. Posted 02/18/00 (D-SN426768). (0049)

Loren Data Corp. http://www.ld.com (SYN# 0029 20000223\D-0007.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page