Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2006 FBO #1556
SOLICITATION NOTICE

R -- Packaged Television News/Feature Reports

Notice Date
2/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
512110 — Motion Picture and Video Production
 
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
BBGCON3406S5855
 
Response Due
3/20/2006
 
Archive Date
4/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR 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) Solicitation No. BBGCON3406S5855 is issued as a Request For Proposal (RFP) and a single contract will be awarded using the contracting by negotiation procedures. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07, dated February 2, 2006. (iv) This requirement is 100% set-aside for small businesses only under NAICS 512110, Motion Picture and Video Production (TV show production). (v) The International Broadcasting Bureau?s (IBB), Central News Division of Voice of America (VOA), has a requirement to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) type contract for a single Contractor to provide Packaged Television News/Feature Reports (hereinafter referred to as ?TV Reports?) to the VOA. The Contractor shall provide a minimum of 10 TV reports (but not more than 60 TV reports) per calendar month to the VOA. The objective is to meet VOA?s ever-growing need for a steady reliable supply of television reports suitable for worldwide broadcasting, as described in the Statement of Work herein. This requirement is a new venture for VOA. There is no incumbent Contractor. All anticipated costs incurred by the Contractor to produce and submit finished packaged TV reports to the VOA shall be included in the firm-fixed price submitted in their price proposal. Offeror shall provide a firm-fixed price (FFP) for each Agency-approved broadcast quality program using the following Contract Line Item Numbers (CLIN) format below. CLIN B.1: Packaged TV News/Feature Reports (Base Year):B.1.1 1:30 up to 2:30 minutes each $_____ B.1.2 2:30 up to 4:00 minutes each $_____ CLIN B.2--Option Year 1: B.2.1 1:30 up to 2:30 minutes each $_____ B.2.2 2:30 up to 4:00 minutes each $_____ CLIN B.3?Option Year 2:B.3.1 1:30 up to 2:30 minutes each $_____ B.3.2 2:30 up to 4:00 minutes each $_____ CLIN B.4-- Option Year 3: B.4.1 1:30 up to 2:30 minutes each $_____ B.4.2 2:30 up to 4:00 minutes each $_____ CLIN B.5--Option Year 4: B.5.1 1:30 up to 2:30 minutes each $_____ B.5.2 2:30 up to 4:00 minutes each $_____ Option Year prices may include escalation. The Contractor shall submit an invoice to the VOA on a monthly basis for each accepted report. (vi) STATEMENT OF WORK: REQUIREMENT: Each TV report shall be from a minimum of 1:30 minutes to a maximum of 4 minutes in length and shall include: (1) a finished TV report voiced in English without standup; to include a tag out: ?This is Joe Reporter FOR VOA News.? However, if there are special security concerns, the reporter does not have to sign out. (2) a natural-sound re-feed of said TV report of all relevant video and additional b-roll of an extra minute; (3) audio for each TV report; (4) a script, (5) a countdown and (6) a shot sheet for each TV report. Any sound involving a foreign language shall be accompanied by an English-language translation as part of the text information. Animation/graphics is acceptable when appropriate, but the finished product will be versioned into dozens of different languages, therefore English text should not be used in TV graphics or animation. The animation/graphics will need to visually say what is needed without text. Work shall be performed in the Contractor?s facilities. TV packages shall not be chyroned. VOA does not require a preferred type of editing software to be used. The Contractor is responsible for all travel and transmission costs incurred to produce and submit a finished Packaged TV Report. Stories are commissioned by mutual agreement between both Parties, therefore Contractor must take into consideration travel costs before they agree to produce a story. TOPICS: VOA will issue assignments to the Contractor, and the Contractor shall submit story proposals to VOA. Subject matter shall generally cover issues that are timely and of news value, but NOT the headline news of the day. Because of the nature of the Agency?s internal video distribution and production, VOA requires a TV report to have at least three days of ?shelf life? once it is delivered, but VOA anticipates many of the reports to be features and to have a much longer shelf life. Topics shall include (but not limited to) science, health, medicine, technology, business entertainment and lifestyle stories of interest to international audiences. Venues for stories can either be the U.S. or abroad, although U.S. domestic stories will constitute the majority of those provided. The Contractor shall provide a mix of overseas and domestic stories. Approximately 40% of the stories will be shot internationally. WORK FLOW: The Executive Producer to VOA?s Central News Division will be designated Authorized Representative of the Contracting Officer (ARCO) and will collaborate with the Contractor to choose stories to be covered and set deadlines, with the Contractor designating a staff member to serve as point of contact. The Contractor will pitch story ideas to the ARCO either by email or by telephone. Taking into consideration of topic complexity and content, the ARCO will make a mutual determination with the Contractor on the length of the report. VOA?s approval and go-ahead time line would be based on the story, generally within hours, but no more than a day. The Contractor is responsible for writing the scripts for each story. The time line for script approval depends upon the story. If it is a feature, VOA will get back to the Contractor within 24 hours. If the story is urgent, VOA can get back to the Contractor within an hour or two. Contractor shall then arrange for coverage of the story by any means deemed feasible by the Contractor, so long as the product meets VOA?s professional and journalistic standards. The time frame for each finished TV report will be mutually agreed upon when the story is ordered. For some stories, there could be a great deal of lead-time granted to the Contractor after the story has been ordered. For other stories that are more news driven, VOA may require a much quicker turnaround. Generally, one to two weeks would be the average execution time from conception to completion. However, that can vary greatly depending on the subject and whether the IBB is responding to a news event. Some execution times could be as short as two or three days when VOA is responding to a crisis, while others could be a month or two. Once VOA approves the story idea, VOA is obligated to pay for the package even if it is not used, unless 1) the story is cancelled by mutual consent, 2) the deadline for delivery is not met, or 3) the content of the story is not what was promised. There will be no cancellation fees. Unless mutually agreed upon prior to production, the Contractor will not have access to VOA?s tape library and/or video feeds for use in the production of the packages. VOA will fill limited video gaps with file or news feed video. The majority of the story should always be original footage, however, Contractor?s use of his own file or tape library footage is acceptable, when appropriate. VOA will review each script prior to final production. Upon script approval from VOA, Contractor shall supply a finished TV report voiced in English, a natural sound version of said TV report and complete sound bites at full audio level, and additional b-roll for lengthening said TV report. Contractor shall produce the final version and transmit the entire product (package, b-roll, supporting text) to VOA via a method agreed to by both parties. The required format for audio and video can be either NTSC Beta SP, Beta SX, DV, DVCAM, or as a broadcast quality video feed or digital video file, as long as VOA is able to download the file and turn it into a broadcast quality video product. NTSC is the preferred format for delivery of international stories to the VOA. VOA will reformat the story to appropriate standard in transmission. For the submitted packages, track one shall be mixed, track two shall contain natural sound and sound bites up full and complete. The method of transmission could include Internet, satellite, conventional shipping or clip mail method. Be advised that VOA routinely receives MPEG 2 files from their field offices. All TV material shall be broadcast quality. CONDITIONS: VOA: (a) VOA is not required to use any material provided by the Contractor; (b) Can mix Contractor?s material with other audio or video as needed; (c) VOA retains unlimited retransmission rights from date of delivery; (d) VOA retains unlimited rights over all material submitted by Contractor under terms of the contract; (e) VOA does not retain exclusive rights for the material; (f) VOA has full authority to translate scripts and sound into any of its broadcasts languages without prior approval or oversight by the Contractor; (g) VOA can use TV report audio for radio reports and can make material provided under terms of the contract available on VOA Internet sites, including video streaming; (h) The TV packages will not be used by other IBB entities such as TV & Radio Marti, or Al Hurra, without Contractor?s consent but VOA will have the right to offer the TV packages to affiliates outside of VOA/IBB; (i) VOA can provide training for Contractor?s personnel, if necessary, on minor aspects of script or video delivery. CONDITIONS: Contractor: (a) Contractor is guaranteed payment for each story accepted by VOA, regardless of whether it is aired by VOA; (b) Contractor may sell material produced for VOA to other broadcasters, but not before use by VOA; (c) Contractor has final authority to make all staffing and logistical decisions related to fulfilling the VOA contract; (d) Contractor is not required to meet any request that does not come from the designated ARCO for the resultant contract; (e) Contractor must wait for approval from VOA before material not included in the delivered package and/or additional b-roll be repurposed to other entities; (f) Contractor is not required to store the material for future VOA use once the package is delivered to VOA, (g) Contractor will not be required to put any reporters on air, and (h) Contractor can provide training for VOA personnel, if necessary, on minor aspects of script or video delivery. (vii) PERIOD OF PERFORMANCE: Base Year shall be a period of 12 months from the date of contract award, with four (4) additional 1-year options to extend the term of the contract, contingent upon availability of funds. (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items apply to this solicitation. Interested contractors who are capable of providing these services should submit a capability statement (consisting of separate technical and price proposals) as noted below. (ix) 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: [1] Quality of content contained in Offeror?s submitted samples of work that were submitted to other international news organizations; A minimum of five, but not more than six work samples may be submitted with an offer; [2] Offeror?s qualifications and background, to include references from at least three (3) international news organizations that currently use your TV material on a regular basis. Provide organization?s name, contact name, address, telephone and fax number, e-mail address and other relevant information; and [3] Offeror?s proposed price. When combined, technical and price proposals will be approximately equal. The following factors, listed in descending order of importance, shall be used to evaluate proposals: a. Offeror?s sample work that demonstrates high quality production values; b. Offeror?s qualifications and background, including past and present performance that demonstrates sound journalism experience; and c. Offeror?s Price which will be equal to the technical factors. Offeror shall state in their technical proposal, an estimated number of TV reports they are capable of delivering each month. (x) Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items with its offer. The required FAR clause may be accessed by clicking on the following web link, http://www.arnet.gov/far/ha_far.html. Offers shall be submitted on a SF-1449 signed by an official authorized to bind your organization. The SF-1449 can be downloaded from the following web link, http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF. Each offeror shall submit to the Contracting Officer: At least five (5), but not more than six (6) work samples; two (2) copies of technical, and two (2) copies of the price proposal, bound separately. Offerors are encouraged to submit their best technical and price offer initially, because an award may be made without discussions (negotiations). (xi) The clause at 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition with no addenda to the clause. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, including subparagraphs (b) (3,6,7,8 and 9) applies to this acquisition as well as the following clauses contained within FAR Clause 52.212-5: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3332). (xiii) FAR Clauses 52.232-18, Availability of Funds; 52.217-9 Option To Extend The Term of The Contract, and FAR Clause 52.237-3 Continuity of Services applies to this procurement. There are no additional contract requirements necessary for this acquisition other than those consistent with customary commercial practices. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition; (xv) Numbered Note 1 applies to this procurement. (xvi) Failure to provide any of the above required items may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address {http://www.arnet.gov/far}. Oral proposals will not be accepted. Questions must be submitted in writing by 10 a.m., Eastern Standard Time (EST), on March 7, 2006 to the Contracting Officer at the Email address or facsimile number provided at the end of this notice. Proposals are due at the Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Room 2527, Washington, DC 20237 on March 20, 2006 at 2:00p.m., EST. (xvii) Contact Marlene Brooks, Contracting Officer, Telephone: (202) 205-9664, Facsimile: (202) 260-0855, Email: mbrooks@ibb.gov.
 
Record
SN00995207-W 20060301/060227211530 (fbodaily.com)
 
Source
FedBizOpps 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.