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