The contractor will downlink the Radio Farda "Audio" content broadcasts as set forth below:
TELSTAR 12
Satellite: Telstar 12 at 15oW/345oE
Transponder: 10
Downlink Frequency: 12.608 GHz
FEC: 2/3
Symbol Rate: 19.279 MSym/s
Downlink Polarization: H
AOR MCPC
Satellite: Intelsat 332.5o E (907)
Transponder: 11/21
Downlink Frequency: 3764 MHz
FEC: 3/4
Symbol Rate: 24.45 MSym/s
Downlink Polarization: RHC
Asiasat 3S
Satellite: Asiasat-3 (105.5o E)
Transponder: 11H
Downlink Frequency: 4040 MHz
FEC: 1/2
Symbol Rate: 26.5 MSym/s
Downlink Polarization: H
or
NEWSKIES
Satellite: New Skies 319.5o E (806)
Transponder: 14A/14A
Downlink Frequency: 3980.5 MHz
FEC: 3/4
Symbol Rate: 17.8 MSym/s
Downlink Polarization: RHC
Or
Other mutually agreeable means.
The Start of Service (SOS) date for CLIN 001 Coordinated Universal Time (UTC) July 1, 2012.The Base Year of the contract will be from the SOS Date and continue for 365 days (366 days in the event of a leap year). The subsequent Option Years will follow sequentially for total contract duration not to exceed 7 years. The North American Industry Classification Systems (NAICS) code for this acquisition is 517410 and the size standard is $15.0Mil. No Defense Priorities and Allocation System (DPAS) rating assigned. The Solicitation is attached hereto. Proposals shall be in writing and must be signed by an official authorized to bind the organization. Faxed or emailed proposals will not be accepted. Questions must be submitted in writing to the Contract Specialist at the email address or facsimile number provided at the end of this notice. Please note that the deadline for submission of questions by 12:00 p.m. Eastern Time on June 4, 2012. Questions must be submitted in writing by email to: Cornelius Willis >[email protected]<. Proposals shall be submitted as an original and two copies (one electronic) must be sent via courier or overnight delivery prior to the deadline. Proposals should be addressed to ATTN: Cornelius Willis, Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Room 4007 C, Washington, DC 20237 by 3:00 p.m. Eastern Time on June 11th, 2012. The point of contact for this requirement is Cornelius Willis, Contract Specialist who can be reached via email at >[email protected]<. All responsible sources may submit an offer that will be considered by the Agency.
THE FOLLOWING FACTORS SHALL BE ADDRESSED IN THE TECHNICAL PROPOSALS AND SHALL BE USED TO EVALUATE PROPOSALS: 1) The contractor must provide a narrative detailing the approach that they will take to meet the requirement. The contractor must illustrate its understanding of the requirement and its ability to provide the required services stated herein. The contractor shall submit a brief description of their company's business and provide a company point of contact including address, e-mail address, telephone number, fax number and the company's web-page address. (Technical Approach); 2) The Offeror shall provide recent examples (within the past three (3) years) demonstrating its experience in providing the services required under this Solicitation to Governmental and/or commercial customers. Examples provided should be of the same and/or similar services specified herein. (Experience) 3) Detailed information on past performance and relevant contracts for same and/or similar services with a minimum of three (3) references including contract numbers, points of contact with telephone numbers and email addresses (i.e., the point of contact who can verify performance) (Past Performance) and 4) Separate Price Proposal showing a price breakdown for CLIN above. The prices for shall be provided in English and United States dollars. The Price Proposal must contain Attachment A entitled "PRICE SCHEDULE" filled out by the Offeror and a signed copy of the SF 1449 which is attached to this notice. Offerors are cautioned that failure to address each of the above factors may deem their proposal unacceptable. Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Proposals must also include contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. The contractor must be registered on-line with the Central Contractor Registration (CCR) Web site at: http://www.ccr.gov/Start.aspx. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice. The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows: I. AUTHORIZED REPRESENTATIVE OF THE CONTRACTING OFFICER: The Contracting Officer will appoint by letter an Authorized Representative of the Contracting Officer's Representative (COR), who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the AR/CO shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE AR/CO TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED ACTIONS. (End of Clause) EXERCISING OF OPTIONS
The Government reserves the right to unilaterally exercise the options in Attachment A entitled "Schedule Service and Price." The parties agree that the Government may have to partially exercise any options in Attachment A and may do so multiple times up to the point that the option has been fully exercised. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise. (End of Clause) 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: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006); 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010); 52.219-8 Utilization of Small Business Concerns (May 2004); 52.219-28, Post Award Small Business Program Representation (Apr 2009); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity(May 2007) (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (Sept 2010); 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37 Employment Reports on Veterans (Sept 2010); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010); 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). Please note some clauses may not be applicable to a foreign offeror. Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services (NOV 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000) and 52.237-3 Continuity of Services (Jan 1991). There are no other additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. Failure to provide the required services for any the above CLIN may result in the rejection of your proposal. Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral, faxed or emailed proposals will not be accepted. Please note that questions must be submitted in writing to Cornelius Willis by email ([email protected]) or fax (202-382-7862) and received before the deadline of 12:00 p.m., Eastern Standard Time on June 1st, 2012. Technical Proposals shall be submitted as an original and three copies and Price Proposals shall be submitted as an original and one copy. All proposals must be sent via courier or overnight delivery and must be received before deadline. Proposals are due at the Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room - 4007B Washington, DC 20237 on June 8th, 2012, by 3:00 PM, Eastern Time. Contact: Cornelius Willis, Contract Specialist, Facsimile 202-382-7870, email: [email protected]. All responsible sources may submit an offer that will be considered by the Agency.