Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 31, 2020 SAM #6758
SPECIAL NOTICE

59 -- Supplies and Services for Repair of Low Band Antenna Curtains and Reflector Screens

Notice Date
5/29/2020 1:52:28 PM
 
Notice Type
Special Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
UNITED STATES AGENCY FOR GLOBAL MEDIA, BBG
 
ZIP Code
00000
 
Solicitation Number
USAGM-NOI-20-00010JG
 
Response Due
6/15/2020 1:30:00 PM
 
Archive Date
06/30/2020
 
Point of Contact
Jacqueline Gray, Phone: 202-920-2321, Tisa Harvin, Phone: 202-382-7835
 
E-Mail Address
jgray@usagm.gov, tharvin@usagm.gov
(jgray@usagm.gov, tharvin@usagm.gov)
 
Description
NOTICE OF INTENT TO AWARD A SINGLE SOURCE CONTRACT THIS PUBLIC NOTICE IS NOT A RFP, IFB, OR RFQ Notice Number: USAGM-NOI-20-00010JG This notice is issued in accordance with Federal Acquisition Regulation (FAR) section 5.201 to notify the public of a proposed contract action. Background: The United States Agency for Global Media (USAGM), is an independent agency of the United States Government, authorized to provide broadcast programming to the international community.� The USAGM provides international programming via its Voice of America (VOA) programs and reaches audiences across an array of platforms, including terrestrial, satellite, cable television, radio, digital, and social media. On October 25, 2018, Super Typhoon Yutu made landfall at the USAGM�s Tinian transmit site located at the Robert E. Kamosa Transmitting Station (REKTS), which is located in the Commonwealth of the Northern Mariana Islands (CNMI). The typhoon�s 180 mph winds damaged and destroyed multiple antenna curtains and related equipment at this location.� This Notice of Intent is notification to the public that the USAGM intends to solicit, negotiate and award a Firm Fixed-Price contract to Cestron International (Cestron), located in Berlin, Germany, who will be responsible for production and supply of the parts needed to repair the damaged antennas at the Tinian site.� The NAICS code for this procurement is 334220. Description of the Services: The supplies and services required for this procurement will enable repair of two (2) Telefunken 5.8 to 12.2 MHz Curtains and 2 Reflectors, to include vertical feedline assemblies, and spreader bars at the REKTS Tinian Site.� This major repair will enable replacement of two (333L and 295L) low band antennas on Tinian, which were largely destroyed by the Super Typhoon Yutu.� The supplies and services described above will allow the USAGM to meet its broadcast mission. Contractor Responsibilities for this Procurement: The Contractor will be required to supply, deliver, and provide detailed instructions for the assembly of 2 Telefunken low band dipole curtain antennas and 2 Telefunken Screens (Antenna Reflector Screens) identical to the original design specifications. Cestron, is the only known company with the resources, knowledge and capabilities who can manufacture and provide the dipole antenna curtain and reflector parts that will be compatible and usable with the existing Telefunken antenna systems and towers at the �Tinian site.� Market research has concluded that the procurement of the supplies and services required for these unique antennas from other sources would be cost prohibitive, as the original company (Telefunken) no longer builds antennas. This requirement will cover an estimated period of eight months following contract award.� The place of performance for this requirement is the USAGM Tinian site located at the REKTS, Northern Mariana Islands. The USAGM estimated dollar value for this requirement is $1,700,000. The statutory authority permitting other than full and open competition for this procurement is 41 U.S.C. 3304(a) FAR Subpart 6.302-1, �Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.� This Notice of Intent is not a request for competitive price proposals.� Interested firms shall submit a written response that clearly demonstrates their capability to provide the above requirements. Also, interested firms shall state how they would fulfill the requirement above and include appropriate documentation describing the number of years they have been providing such services. Written responses received from responsible sources shall provide sufficient detail to allow for an evaluation by the Government without the need for the submission of additional information. The anticipated date of award is June 22, 2020.� All responses shall be written in English and �submitted to Jacqueline Gray, Contract Specialist by Friday, June 12, 2020 not later than 4:30 pm Eastern Daylight Time (EDT) via e-mail to jgray@usagm.gov. Note: All potential contractors must be registered in the System for Award Management (SAM) to be eligible for award.� The SAM website is www.sam.gov. ALL ATTACHMENTS SHALL BE SENT IN ""PDF FORMAT"" AND INCLUDE THE SOLICITATION NUMBER IN THE SUBJECT LINE. PLEASE NOTE THAT THE TOTAL SIZE OF ALL ATTACHMENTS SHALL NOT EXCEED 23MB. Telephone or faxed responses are NOT acceptable and will NOT be considered. Any questions regarding this Notice of Intent shall be in writing and submitted to Jacqueline Gray, Contract Specialist, via e-mail to jgray@usagm.gov, not later than 15 days after posting of this Notice of Intent and shall include the solicitation number in the subject line. Any determination to compete or not to compete this proposed contract is solely within the discretion of the Government.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/32fa1e6d1b76418bbbe3f581a5f2cd90/view)
 
Place of Performance
Address: MNP
Country: MNP
 
Record
SN05674336-F 20200531/200529230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.