SOLICITATION NOTICE
R -- R ? Professional, Administrative, and Management Support Services
- Notice Date
- 5/24/2007
- Notice Type
- Solicitation Notice
- NAICS
- 561110
— Office Administrative 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, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- BBGCON000S1111
- Response Due
- 6/12/2007
- Archive Date
- 6/27/2007
- Description
- 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. BBGCON000S1111 IS ISSUED AS A REQUEST FOR PROPOSAL (RFP) AND A 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 2005-16, effective March 22, 2007, (iv) This is a full and open procurement for Professional Administrative Management Services under NAICS 561110 Other Administrative Management Services, (v) The Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Voice of America (VOA) has a requirement for a single contractor who are capable of providing three (3) categories of specialized professional broadcast engineering services in support of the VOA television capital infrastructure program. Contractor shall provide, at a minimum, the following services: broadcast system design (conceptual and final), researching industry products and practices, workflow/requirements analysis, developing equipment lists and cost estimates, consulting support to installation tasks, operation and maintenance training, system testing and evaluation, master planning, preparing and updating drawings, and project administrative logistics, as described herein. This requirement is in support of the VOA television capital infrastructure upgrade program, (vi) STATEMENT OF WORK: REQUIREMENTS - The first category of specialized professional broadcast engineering shall be a primary support engineer with over 30 years of broadcast system design, project management, and integration experience in Radio, Television, IT and Transmission (Both Satellite and Terrestrial). They shall be licensed with the Federal Communications Commission (FCC), and possess, at a minimum, a valid General Radio Telephone License. They shall also be board certified by the Society of Broadcast Engineers as a Professional Broadcast Engineer, and shall be familiar with industry trends, specifications, and practices for current as well as leading edge technology. This Engineer will be supervising up to two support broadcast system engineers. The second category of specialized professional broadcast engineering shall have a minimum of 10 years of product, broadcast design, and integration experience in Radio, Television, Automation Systems, and Control Systems. They shall be well versed in industry standards and specifications as they pertain to the broadcast systems, configuration control, system test procedures, quality control analysis, and commissioning of systems. The third category category of specialized professional broadcast engineering shall have a minimum of 5 years experience. This category can include a variety of skill sets including systems engineering, programming or integration skills for control systems, or project logistics and administration. The first and second categories must be available to perform approximately 40 hours per week (each) of direct support tasks. The third category will be used in an ad hoc role, as required by a specific task FUNCTIONAL REQUIREMENTS/TASKS TO BE PERFORMED - The contractor shall be responsible for providing all necessary personnel (including a Supervisor) to perform the specified tasks in the Statement of Work (SOW). The Contractor shall provide on-going design, integration, and consulting support services to facilitate the development and execution of VOA television infrastructure upgrade program. The specific scope of tasks and task durations shall be negotiated on an as-assigned basis. Specific task areas include, but are not limited to, the following: Conduct research, workflow analysis, and prepare system concept proposals and with budget and schedule information. B). Design, and prepare broadcast system design documentation. C). Provide consulting oversight to on-site broadcast system installation activities. D). Provide design review and quality assurance support to the Government for work provided by other contractors. E). Provide broadcast system project administration support. REQUIRED CONTRACT TASKS AND DELIVERABLES: A). Independent tasks within the scope of this contract shall be developed on an as-required basis. A scope of work for each task shall be prepared in writing (or via electronic mail) and forwarded the contractor. B). Contract "deliverables" (i.e., written or produced end products) may be required for particular tasks as determined by the BBG Representative. Each such task that requires written/graphic documentation shall result in a "final version" of the appropriate written document and visuals (i.e. pilot program, show template, recommendations, assessments, critiques etc.). The deliverable format and due dates will be negotiated for each assigned task. Due dates will be affected by the urgency of the initiative implementation date. CONTRACT TASK PRICE/COST SCHEDULE: The offerors proposed price shall be fully loaded and include all costs needed to perform the work cited herein. For example: Broadcast Engineering Support, (a) First Category Engineer - hourly rate: $ ________; (b) Second Category Engineer -hourly rate: $ ________; (c) Third Category Support Technician - hourly rate: $ ________. OTHER REQUIREMENTS: Staff must sign in and out every day and indicate the number of hours chargeable to project. The number of hour projected for the first contractor category is 8 hours per day. Prior approval must be obtained for any hours worked more than 8 hours. SECURITY REQUIREMENTS - All staff must be able to obtain and maintain a moderate level security clearance. PLACE OF PERFORMANCE: All work shall be performed either at the Broadcasting Board of Governors headquarters building located at 330 Independence Ave, SW, Washington, DC 20237 or the Contractor offices. GOVERNMENT FURNISHED EQUIPMENT: There are no special requirements for Government Furnished Equipment or Information (GFE/GFI) to support this requirement. During the course of performance and as required, the Government personnel shall provide the contractor with copies of documents or information that contain relevant standards, procedures, and guidelines which will be required by the contractor. STANDARDS - All work performed by the Contractor shall be completed in accordance with standard procedures and guidelines provided orally or in writing by the Contractor?s designated Supervisor. DELIVERY SCHEDULE - The contractor shall provide a Supervisor who will coordinate weekly with the Authorized Representative of the Contracting Officer (AR/CO) on work accomplishments. The Contractor designated Supervisor shall submit all deliverables and reports to the AR/CO. Specific deliverable items for this requirement are the submission of a Monthly Status Report. (vii) The contract term shall be a one (1) year term from date of 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. The contractor shall have demonstrated ability and experience in providing the required services. (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, in conjunction with price, shall be used to evaluate offers: [1] Offerors are expected to identify team members who will support BBG for the duration of this project, including resumes, experience and projected work assignment as well as narrative and detailed information on project plan and schedule. [2] Offerors technical proposal shall demonstrates the offeror?s knowledge of the requirements stated herein; [3] Offeror?s organization qualifications and background, including knowledge of television broadcast engineering; [4] Detailed information on Offerors past performance and relevant contracts for similar services and a minimum of three (3) references including contract numbers, points of contact with telephone numbers, email and other relevant information (All references must provide response within 36 hours after being contacted.) and [5] Offerors proposed price. When combined, technical evaluation factors are significantly more important than cost or price. The following evaluation factors are listed in descending order of importance and shall be used to evaluate proposals: a) Offerors skills and abilities to perform the required services; b) Offeror?s knowledge of radio, television and IT broadcast engineering; c) Offerors knowledge of international operations; and d) Past Performance. (e) Offerors shall include a completed copy of the provisions at FAR 51.212-3, Offeror Representations and Certifications--Commercial Items with its offer. Offers shall be submitted on a SF-1449 signed by an official authorized to bind your organization. Offerors shall submit to the Contracting Officer, two (2) copies of technical and two (2) copies of price proposal, bound separately. An award may be made without discussion. 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. (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 52.217-8 Option to Extend 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) There are no numbered notes, which apply 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://farsite.hill.af.mil/vffara.htm}. Oral proposals will not be accepted. Questions must be submitted in writing to the Contracting Officer at the Email address or facsimile number provided at the end of this notice. The deadline for submission of questions is 2:00 p.m., Eastern Standard Time (EST), on May 31, 2007. Proposals may be faxed to (202) 260-0855 or submitted by email. Proposals are due at the Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Room 2523, Washington, DC 20237 on June 12, 2007 at 2:00p.m. Eastern Daylight Time (EDT). (xvii) Contact Wayne Greene, Contracting Officer, Telephone: (202) 619-2339, Facsimile: (202) 260-0855, Email: wgreene@ibb.gov.
- Place of Performance
- Address: Washington, DC
- Zip Code: 20237
- Country: UNITED STATES
- Zip Code: 20237
- Record
- SN01302068-W 20070526/070524220113 (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 |