Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2004 FBO #0923
SOLICITATION NOTICE

R -- R - Personal Services Contractors

Notice Date
6/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
 
ZIP Code
20237
 
Solicitation Number
BBGCON-2503-S5453
 
Response Due
6/21/2004
 
Archive Date
7/6/2004
 
Point of Contact
Kristine Muschette Hicks, Contracting Officer, Phone 202-401-5827, Fax 202-260-0855, - Herman Shaw, Contracting Officer , Phone 202-205--8412, Fax 202-260-0855,
 
E-Mail Address
kmhicks@ibb.gov, hshaw@ibb.gov
 
Description
This Description was prepared by the U.S. Broadcasting Board of Governors (BBG) pursuant to Federal Acquisition Regulation (FAR) Subpart 12.603 [Streamlined Solicitation for Commercial Items] to include the following additional information: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of Subpart 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. (ii) This Solicitation Number BBGCON-2503-S5453 is issued as a request for proposal (RFP) that will result in multiple Personal Service Contracts (PSC) being awarded using FAR Part 15 [Contracting by Negotiation] procedures. (iii) This combined synopsis/solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-023 dated May 5, 2004. (iv) The Contracting Officer (CO) has found and determined that the nature of the services to be provided is appropriate for an "unrestricted" procurement. (v) Contract Line-Item Number (CLIN) 1: The Contractor shall perform personal services tasks as a multifunctional writer/announcer/producer/performer under the general supervision and guidance of the appropriate Voice of America (VOA) Language Service Chief or Director. (vi) Description of the BBG's Requirements. The BBG, subject to the availability of Congressional funding, is seeking qualified U.S. citizens and alien candidates who are interested in providing personal services as a multifunctional writer/announcer/producer/performer under the BBG's "Personal Services Contracting Pilot Program" as authorized by Congress under Section 504 of Public Law 107-228 [Foreign Relations Authorization Act, FY-2003], dated September 30, 2002. Under this specific Pilot Program's combined synopsis/solicitation, the BBG intends to solicit, negotiate, and award up to twenty-three (23) individual PSCs. Offerors may be awarded individual PSC(s) to perform work based on the VOA's specific needs for each individual PSC. The term (i.e., period of performance) of each PSC is one (1) Base Year from the date of a PSC award, plus one (1) additional Option Year. Special conditions apply to J-1 Visa holders [See below Paragraph (xiii)(4)]. The following Statement of Work (SOW) prescribes a Personal Services Contractor's "typical'' performance requirements. Specific tasks to be performed by a Contractor include, but are not limited to, the following items: (a) Conceives, plans, researches, writes, produces, and/or announces highly targeted original news, information features, and entertainment programs in a contemporary format, and of a complex and balanced nature for the VOA's Urdu, Indonesian, or Spanish radio and/or television Language Services and the Internet. (b) Coordinates program subjects in consultation with the appropriate Language Service Chief or Director. Conducts radio and/or television interviews in the Urdu, Indonesian, or Spanish languages, and some interviews in the English language, with individuals involved in international, political, economic, scientific, cultural, health, agricultural, and other activities. Researches and evaluates a wide range of source material in the Urdu, Indonesian, Spanish, or English Languages. As assigned, produces newscasts, music segments, and other program materials using the VOA's electronic digital editing system. (c) Reports on special events taking place in Washington, DC and travels on occasion to other locations in the United States and elsewhere as directed to obtain broadcasting materials and prepare on-the-spot reports in the Urdu, Indonesian, or Spanish Languages for radio and/or television broadcasts. (d) Translates and adapts complex English texts into written Urdu, Indonesian, or Spanish texts that are appropriate for international broadcasting. Originates promotional materials in the Urdu, Indonesian, or Spanish Languages. (e) Hosts, assists in the planning and organization of, and otherwise participates in call-in shows and roundtable discussions, and responds as needed to listeners' mail and inquiries. (f) Performs work as a team member, sharing responsibilities in all aspects of broadcasting as stated above. Demonstrates initiative where appropriate, and assists colleagues to ensure fully professional, smooth, and timely airshows, television programs, and Internet updates. Consistently maintains VOA's core journalistic standards of accuracy, balance, and comprehensiveness. (g) Performs other tasks, occasionally on short notice with minimal guidance, as assigned by the appropriate Language Service Chief or Director. (vii) Dates and place of delivery: One (1) Base Year plus one (1) additional Option Year. The work is performed at the BBG's VOA Headquarters located at 330 Independence Avenue, SW, Washington, DC 20237. The BBG's acceptance of the Contractor's work is FOB Destination. (viii) The provision at FAR Subpart 52.212-1 [Instructions to Offerors - Commercial Items] applies to this acquisition. (ix) The provision at FAR Subpart 52.212-2 [Evaluation of Commercial Items] is hereby incorporated by reference into this combined synopsis/solicitation. The below-stated technical evaluation subfactors, when combined, are significantly more important than price in the BBG's technical evaluation of an Offeror's proposal. Past performance will also be considered [see FAR Subpart 15.304 (Evaluation Factors and Significant Subfactors)]. In order to help the Government in its evaluation of past performance, offerors shall provide at least three (3) current references with valid telephone numbers for similar work. In addition to meeting the requirements to be able to perform the SOW, Offerors shall meet the following MANDATORY criterion to be further considered for award of an individual PSC: (1) Fluency in the Urdu, Indonesian, or Spanish/English language(s), with the ability to conduct research, write, speak, adapt, and edit in both English and the appropriate foreign language(s). Offerors who meet the above-stated MANDATORY criterion will be further evaluated based on the technical subfactors listed below in descending order of importance: (2) Broadcast writing/editorial skills to prepare balanced, accurate, comprehensive reportage and feature materials of a complex and sensitive nature for radio broadcasting, television, and/or the Internet. (3) Thorough knowledge of the professional techniques of broadcast journalism required for reporting on events and conducting radio interviews in studios or on locations for radio broadcasting, television, and/or the Internet. (4) Professional knowledge of digital broadcast and word-processing systems, and skill in using these systems in radio broadcasting, television, and/or the Internet. (5) Broad comprehension of South and Central Asia, Asia and Latin America history and culture (particularly music), and awareness of political, economic, and social developments in the region in general and in the broadcast targeted areas in particular. (6) Broad knowledge of American history and culture, and awareness of political, economic, and social developments in the United States; understanding of world events, including U.S. foreign policy toward South and Central Asia, Asia and Latin America, and other regions of the world. (x) OFFERORS SHALL SUBMIT A COMPLETED COPY OF THE PROVISION AT FAR SUBPART 52.212-3 [OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS] WITH THEIR PROPOSAL. THIS PROVISION CAN BE FOUND AT THE FOLLOWING WEBSITE: http://www.arnet.gov/far/; IF REQUESTED BY AN OFFEROR, A COPY OF FAR SUBPART 52.212-3 CAN BE OBTAINED BY CONTACTING THE CONTRACTING OFFICER. (xi) FAR Clause 52.212-4 [Contract Terms and Conditions -- Commercial Items] applies to this acquisition. (xii) FAR Clause 52.212-5 [Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items] applies to this acquisition and incorporates the following clauses: FAR Clause 52.203-6 [Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402)]; FAR Clause 52.219-4 [Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if an Offeror elects to waive the preference, the Offeror shall so indicate in his/her proposal)]; FAR Clause 52.219-8 [Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3))]; FAR Clause 52.222-21 [Prohibition of Segregated Facilities]; FAR Clause 52.222-26 [Equal Opportunity (E.O. 11246)]; FAR Clause 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)]; FAR Clause 52.222-36 [Affirmative Action for Workers with Disabilities (29 U.S.C. 793)]; FAR Clause 52.225-1 [Buy American Act - Supplies (41 U.S.C. 10a-10d)]; FAR Clause 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, Section 7102, and 10 U.S.C. 2323) (if an Offeror elects to waive the adjustment, the Offeror shall so indicate in his/her proposal)]; Alternate I of FAR Clause 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns];FAR Clause 52.232-33 [Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332)]; FAR Clause 52.239-1 [Privacy or Security Safeguards (5 U.S.C. 552a)]. (xiii) The following Provision is included in this solicitation: FAR Subpart 52.216-1 [Type of Contract]. The Government contemplates multiple awards of firm-fixed-price (FFP) PSCs resulting from this combined synsopsis/solicitation. (End of Provision). The following basic Terms and Conditions apply to any PSCs awarded as a result of this combined synopsis/solicitation: 1) PSC work assignments are performed on a contract basis; the Contractor is NOT a U.S. Government employee. 2) Assignments require working at the VOA studios and offices in Washington, DC. 3) Selected candidates may be required to undergo a background security investigation and successfully pass the security clearance process in order to receive work assignments. 4) PSC candidates must be willing to work on an "as-required" basis. Some broadcasting activities require working irregular hours - such as very early in the morning or late in the evening - depending on the broadcast schedule, and also on weekends and U.S. holidays. 5) The Government is obligated to inspect all PSC work to insure that it fully satisfies the Government's requirements. The Contractor shall ensure compliance with copyright restrictions in the performance of a PSC. The following Special Terms and Conditions apply to any PSCs awarded as a result of this combined synopsis/solicitation: 1) the Contractor's FFP shall be based on a 2,080 hours work-year that results in an equivalent hourly rate payable to the Contractor. 2) the Contractor shall be paid only for direct labor and approved expenses. 3) the Contractor shall not be paid for relocation expenses, or benefits such as sick/vacation leave, health plans, retirement, etc., or premium pay during holidays, weekends, or shift-work. 4) the Contractor shall fully meet all applicable immigration status requirements for employment (i.e., appropriate Visa, permanent residency, citizenship, etc.) that are pertinent to the award and implementation of each PSC. If the Contractor is subject to J-1 Visa requirements, then the BBG will incorporate the required health insurance and round-trip travel provisions into the PSC document as appropriate. 5) The Contractor shall certify in writing in accepting a PSC his/her willingness to work rotating (i.e., day, night, overnight) shifts, weekends, and/or U.S. holidays as necessary to meet the BBG's mission requirements. 6) The predominant work location is at the VOA's Headquarters in Washington, DC. However, the Contractor may be required, on occasion, to travel to other U.S. or foreign locations during the performance of his/her official duties. Official Travel Authorization and Travel Voucher reimbursements are not part of a PSC, but are handled separately by the Contractor using BBG official Travel Authorization procedures and reimbursements using official Travel Voucher procedures in accordance with U.S. Foreign Travel Regulations (FTR). (xiv) the Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this acquisition. (xv) No numbered notes apply to this acquisition. (xvi) Interested candidates shall submit two (2) separate documents (proposals) to the BBG: 1) a Price Proposal that states the Offeror's proposed annual Total Price based on a 2,080 hours work-year that will be negotiated with the BBG; and 2) a Non-Price Proposal that states the Offeror's resume/curriculum vitae and evidence of the Offeror's pertinent past performance that can be easily and quickly validated by the BBG. In addition, Offerors shall submit a completed copy of his/her Representations and Certifications [per FAR Subpart 52.212-3 prescribed in above Paragraph (x)]. Submissions are due by 2:00 p.m. local time on June 21, 2004 at the following address: Broadcasting Board of Governors (BBG), Office of Contracts (M/CON/CR), Room 2513, Switzer Building, 330 "C" Street (SW), Washington, DC 20237, Attention: Ms. Kristine Muschette-Hicks, Telephone: (202) 401-5827. In order to ensure timely receipt by the BBG, PSC proposals may be submitted in person, by Federal Express or equivalent commercial courier service, via E-mail at kmhicks@ibb.gov, or by facsimile at (202) 260-0855. All proposal submissions must meet the June 21, 2004 deadline. (xvii) Information regarding this combined synopsis/solicitation can be obtained by contacting the Contracting Officer, Ms. Kristine Muschette-Hicks, at (202) 401-5827, or via E-mail at kmhicks@ibb.gov. Any interested individual may submit an offer, which shall be considered by the BBG.
 
Place of Performance
Address: 330
Zip Code: 20237
Country: US
 
Record
SN00598044-W 20040606/040606111008 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.