United States - Supply and Delivery of Two (2) Low Band Dipole Curtains

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
15 August 2019
Opportunity publication date
30 July 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jul 29, 2019 9:27 am

BROADCASTING BOARD OF GOVERNORS
Saipan Transmitting Station, U.S. Agency for Global Media (USAGM)
Competitive Combined Synopsis/Solicitation No. 951700-19-R-0005

INTRODUCTION
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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.
The solicitation number is 951700-19-R-0005 and the solicitation is issued as a request for proposal (RFP).
ACQUISITION AUTHORITY
This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5 - Simplified Procedures for Certain Commercial Items; and FAR Part 12 - Acquisition of Commercial Items, and is NOT expected to exceed the simplified acquisition threshold.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03, dated July 12, 2019.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The procurement is classified under NAICS code 334220 with a Size Standard of
$ 15 Million.
 ACQUISITION STATUS
This acquisition is unrestricted.

DESCRIPTION OF REQUIREMENT
The United States Agency for Global Media (USAGM) operates a radio transmitting station at the Commonwealth of the Northern Mariana Islands (CNMI). In 2018, Typhoon Yutu destroyed 2 TCI HRS 4/6/0.5 low band dipole curtain antennas and both TCI reflector screens in 2019.
Please see Attachment A - Statement of Work (SOW) for a description of the
requirements.
Period of Performance
The period of performance for this requirement shall be within six (6) months after contract is awarded. A period of (365 days) 1 year.
Contract Type
A Firm Fixed Price Contract.
PROPOSAL SUBMISSION INSTRUCTIONS
DUE DATE AND TIME FOR RECEIPT OF PROPOSALS
All responses are due no later than 11:30 A.M., Eastern Standard Time (EST) on August 15, 2019. To be considered timely, all responses must be received by the Government at its central repository location for receipt of proposals at the following e-mail address: sbelinfo@usagm.gov, attention to Seneca Belinfontie, Contract Specialist.

Questions regarding this solicitation shall be submitted to sbelinfo@usagm.gov with the Solicitation No. 951700-19-R-0005 listed for receipt of questions by 2:30 PM (EST) August 5, 2019, at the following e-mail address: sbelinfo@usagm.gov, also to the attention of Seneca Belinfontie, Contract Specialist.
Offerors who wish to be considered for award shall submit its proposal response in the arrangement as described below.
Overall Arrangement of Proposals
The Offeror's proposal shall include three (3) separate volumes:
(1) VOLUME 1 - TECHNICAL PROPOSAL, Shall consist of the following two (2) sections:
Section I - Technical Proposal
Volume I, Section I shall include the Offeror's proposed technical approach for meeting the Attachment A, Statement of Work (SOW) and addressing
Statement of Work, Section 3. Requirements, section A and B, and subsections: (a), (b), (c), (d), (e) and (f).
Section 5. Submittals:
The Contractor shall submit the following submittals to USAGM:
1. A complete schedule, Show time of antenna fabrication, government inspection
and antenna delivery.
2. Antenna Installation Drawings.
3. Antenna Acceptance Test Plan.
Section 6. Antenna Fabrication Inspection.
USAGM plans to conduct quality inspections for the antenna fabrication. The Contractor shall:
A. Coordinate, support and accommodate USAGM's inspections and allow
USAGM to visit Contractor's antenna fabrication shop.
B. Review and discuss inspection findings and repair all identified defects.
List of Technical Elements and Section V(b) List of Elements under User Interface/User Experience of the SOW. The Volume I, Section I Technical Proposal shall not exceed twenty-five total pages. The total page count excludes resumes. Technical proposals shall also include the following:
Section II - Qualifications of Proposed Offeror's Personnel

Qualifications of Proposed Contractor Personnel - The technical proposal shall include resumes for proposed personnel. Resumes shall be current, updated within the past year and include information on the proposed resources' qualifications, such as professional certifications, education, work experience, and technical expertise as it relates to the technical requirements of this contract.
Offeror's Similar Experience - The technical proposal shall describe the Offeror's experience performing contracts for projects of similar scope, size and complexity. This section shall include a narrative on the firm's experience in developing cloud-based software applications for video on demand platforms, and the firm's experience deploying to large scale. This document shall consist of evidence of the Offeror's experience on a maximum of three (3) contracts that have been performed or are currently being performed within the past three (3) years of similar size, scope and complexity to the work required by this RFP.
Similar Experience information shall be included for Offeror's selected federal, state, local governments, or commercial contracts. The Offeror may include contracts on which the Offeror has performed or is performing work as a prime or subcontractor. If the Offeror has no single project that encompasses all types of similar experience as defined, the Offeror may show similar experience through a combination of projects that altogether show that the work that has been accomplished is consistent in scope and complexity with the project.
Any similar experience information provided by the Offeror is subject to verification/validation by the Government. The Government reserves the right to contact the government/commercial points of contact provided by the Offeror, and any project officials and/or other persons who have been involved in any of the contracts listed by the Offeror to verify information about similar experience and to obtain past performance information.
The Offeror's submission for Similar Experience shall include only the information requested under the similar Experience format below. Marketing literature, marketing or product videos, catalogs, manuals, product literature, or other extraneous information, either electronic or hard copy, that are provided with the proposals are discouraged; however, examples or links to specific similar projects may be reviewed and utilized with the evaluation.
Similar Experience Format
Contract Identifier: Assign a sequential ID number to the contract, beginning with the number one (1).
Agency/Company: Agency or company for which the work was performed and contract name (and project name, if applicable).
Contract/Order Number: Enter the contract number and, for contracts such as IDIQs where projects are issued by order, the order number under which the project was performed.
Contract/Order Period of Performance: Indicate, by month and year, the start and completion (or "ongoing") dates for the project contract or order. State original planned completion date and any revised completion date.
Contract/Order Type and Total Dollar Value: Firm-Fixed-Price Contract. Enter the original total dollar value of the contract. If an order, enter the dollar value received or to be received by the Offerors or their subcontractor(s).
Prime Contractor/Primary Performer: Enter the prime Contractors and the company names of either the Offerors or proposed Subcontractors who performed or is performing the major portion of work under this project. If same, enter only one name.
Brief (1 Page or Less) Description of the Project: Should give enough information to allow BBG evaluators to consider how the cited project relates to the size, scope, and complexity or the RFP.
Information about the Contracting Officer: Enter the name, address, phone number, email address and fax number of the Contracting Officer if the contract was/is for the Government.
Information about the Contracting Officer's Technical Representative (COR). Enter the name, address, phone number, email address and fax number of the COR if the contract was/is for the Government.
End-User Point-of-Contact. Enter the name, address, phone number, email address and fax number of the End-User if the contract was/is for a commercial firm.
(2) VOLUME II - PAST PERFORMANCE
Past Performance
Volume II shall include a synopsis of the Offeror's past performance on a maximum of three (3) contracts that will allow the Government to evaluate the Offeror's performance in terms of timeliness, quality of deliverables, and cost control on previous contracts. If the Offeror has no single project that encompasses all types of past performance as defined herein, the Offeror may show past performance through a combination of projects that together show that services have been accomplished in a manner that is consistent with the requirements of the referenced projects.
Offerors shall submit Past Performance Information using the Similar Experience Format outlined in Volume I, Section I of the Technical Volume.
In addition to submitting the synopsis described above, the USAGM may require the Offeror to request that their cited references submit written evaluations of their performance to the U.S. Agency for Global Media. If required, these evaluations shall be sent as e-mail attachments by their references directly to the USAGM to sbelinfo@usagm.gov. Offerors shall request that their references mark the subject line of the e-mails as "[Offeror Name] - Past Performance Evaluation-."
The written evaluations provided by the Offeror's references are subject to verification/ validation by the Government. The Government reserves the right to contact the government/commercial points of contact provided by the Offerors.

(3) VOLUME III - PRICE PROPOSAL
To enable the Government's evaluation of the Offeror's price, the Offeror shall submit a firm fixed price proposal for performing the contract. Pricing information shall not be included anywhere other than in Volume III - Price Proposal. Offeror shall use Attachment B, Offeror Price Sheet included with this Solicitation to insert its pricing information.
All responses must include a Firm Fixed Price proposal that consists of the total firm fixed price required to deliver a fully functional system, from conceptualization, customization, integration, testing through to production, including all required software licenses, if any. The price proposal must also include a firm fixed price to include recurring, annual maintenance support.
Offerors responses must include its Company Name, Taxpayer ID TIN), Business Size, Physical Address, and Point of Contact Information. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

EVALUATION PROCEDURE
The Government will award a contract resulting from this solicitation to the responsible vendor whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers.
Factor 1: Technical Capability, which consists of the following:
a. Offeror's Written Overall Approach to the technical aspects of the project
b. Offeror's Response to Section V(a) - Technical Elements of the SOW
c. Offeror's Response to Section V(b) - Elements in User Interface/User Experience
d. Qualifications of Offeror's Proposed Personnel
FACTOR 1: TECHNICAL CAPABILITY
For this factor, the Government will evaluate the Offeror's overall technical approach to performing the required work as described in the SOW, Offeror's response to Sections V(a) and V(b) of the SOW and the qualifications of Offeror's proposed personnel to determine whether the Offeror's proposal demonstrates a strong likelihood that the contract will be performed successfully.
Technical Adjectival Ratings:
The adjectival ratings described below will be used to evaluate Offeror's technical submission:
Excellent: The Offeror's submission demonstrates substantial quality and quantity of experience with the requirements that are very similar to or exceed the technical requirements stated in the SOW. The proposal contains multiple strengths, may contain minor weaknesses, but no deficiencies.
Good: The Offeror's submission demonstrates an above average quality and/or quantity of experience with requirements that are similar to those described in the statements of work. It contains at least one strength, may contain weaknesses and no deficiencies.

Marginal: The Offeror's submission demonstrates a poor breath & depth of experience as it pertains to the tasks in the SOW. It may contain strengths, weaknesses, and significant weaknesses, but no deficiencies. The risk of unsuccessful performance is moderate to high.

Unacceptable: The Offeror's submission did not demonstrate similar experience or experience relevant to the task in the SOW, or the proposal contains one or more deficiencies or multiple significant weaknesses and is un-awardable due to the high risk of unsuccessful contract performance.

FACTOR 2: PAST PERFORMANCE

For this factor the Government will evaluate offers based on the Offeror's past performance references to the maximum extent practicable. Past performance considerations shall include, but not be limited to, the Offeror's performance in terms of timeliness, quality of deliverables, and cost control on previous contracts.
References other than those identified by the Offeror may be contacted by the Government, with the information received used in the evaluation of the Offeror's past performance. The BBG reserves the right to consider other information or sources at its disposal during the evaluation of the Past Performance factor.
Past Performance Adjectival Ratings:
High: A combination of relevant past performance references that provides the Government with a high level of confidence of successful contract performance.
Moderate: A combination of relevant past performance references that provides the Government with a moderate level of confidence of successful contract performance.
Low: A combination of relevant past performance references that provides the Government with a low level of confidence of successful contract performance.
Neutral: The vendor has no record of past performance or for whom information on past performance is not available. The vendor is not evaluated either favorably or unfavorably on past performance.

FACTOR 3: PRICE

The Government's price evaluation will be limited to an evaluation of an Offeror's total proposed price for delivery of the required system, including, to a lesser degree, the proposed price for recurring, annual maintenance to determine whether the proposed price is fair and reasonable, and whether the proposed price is commensurate with the level of effort anticipated by the Government for the full and satisfactory performance of the contract.

BASIS FOR AWARD

The Government will make an award decision based on a comprehensive evaluation of all proposals received against the factors described above in order to determine which vendor is capable of providing the Government with the solution that will result in a best value to the Government. The Government intends to make one award.
APPLICABLE CLAUSES AND PROVISIONS
The following FAR clauses provisions, and agency regulations apply to this solicitation:
1. All offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov.
2. FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) Alt 1
3. FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014)
4. FAR 52.209-7, Information Regarding Responsibility Matters (October 2018)
5. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (October 2018), applies to this acquisition.
6. FAR 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition as follows:
a. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability, past performance, and price. Technical factors and past performance, when combined are more important than price.

b. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
7. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (October 2018), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management.
8. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (October 2018) is applicable to this acquisition.
9. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2019), Alt 1 (Feb 2000) and Alt 2 (Jan 2019) applies to this acquisition as detailed below:
a. FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) as amended by section 6202 of the Government Funding Transparency Act of 2008 (Pub. L. 110-252), requires the Contractor to report information on subcontract awards. The law requires all reported information be made public, therefore, the Contractor is responsible for notifying its subcontractors that the required information will be made public.
b. FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).
c. FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).
d. FAR 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).
e. FAR 52.219-28, Post Award Small Business Program Re- representation (Jul 2013) (15 U.S.C. 632(a)(2)).
f. FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755).
g. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).
h. FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015).
i. FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246)
j. FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
k. FAR 52.222-50, Combating Trafficking in Persons (Jan 2019) (22
U.S.C. chapter 78 and E.O. 13627).
l. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513).
m. FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).
n. FAR 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
10. FAR 52.216-24, Limitation of Government Liability (APR 1984)
11. FAR 52.216-25, Contract Definitization (Oct 2010)
12. FAR 52.217-5, Evaluation of Options (July 1990)
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
13. FAR 52.217-9, Option to Extend the Term of the Contract (March 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within thirty (30) days, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract shall not exceed 365 days, 1 Year.

14. 52.227-19 Commercial Computer Software License (Dec 2007)
15. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
16. FAR 52.219-9, Small Business Subcontracting Plan (Aug 2018)
17. FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (August 2018).
18. FAR 52.233-2, Service of Protest (Sep 2006)
19. FAR 52.233-3, Protest after Award (Aug 1996)
20. FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)
21. FAR 52.244-6, Subcontracts for Commercial Items (Jan 2019)

ELECTRONIC INVOICING ADVISORY
Electronic invoicing is a requirement for the anticipated contract. Payment will be made utilizing the U.S. Department of Treasury's Invoice Payment Platform System (IPP).
End of Clauses and Provisions
SOLICITATION ATTACHMENTS
1. Attachment A - Statement of Work for Supply and Deliver TCI Low Band Dipole Curtain for Tinian Site, CNMI.
2. Attachment B - Offeror Pricing Sheet

Opportunity closing date
15 August 2019
Value of contract
to be confirmed

About the buyer

Address
U.S. Agency for Global Media (USAGM), Broadcasting Board of Governors (BBG) Office of Contracts (CON) United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?