AWARD
99 -- DTV Consumer Education and Awareness Campaign Support Services
- Notice Date
- 5/7/2009
- Notice Type
- Award
- NAICS
- 541820
— Public Relations Agencies
- Contracting Office
- 445 12th Street, SW Washington DC 20554
- ZIP Code
- 20554
- Solicitation Number
- RFQ09000063
- Point of Contact
- Mr. Arnett A. Rogiers, Deputy Chief of Contracts and Purchasing, Phone 202-418-1973, Fax 202-418-0237, - Joyce Terry-Butler, Senior Contracting Officer, Contracts & Purchasing, Phone 202-418-1857, Fax 202-418-0237
- E-Mail Address
-
arnett.rogiers@fcc.gov, joyce.terry-butler@fcc.gov
- Award Number
- CON09000005
- Award Date
- 5/5/2009
- Awardee
- , Washington, DC 20005 US
- Award Amount
- $ 3,500,000.00
- Description
- FINDINGS The Federal Communications Commission has a need to provide digital television (DTV) media services to support the mandate by Congress for full-power broadcast stations transmitting only in digital signals and no longer to transmit analog signals as of June 2009. The media support services will provide non-personal services that will support advertising and public relations in a variety of media services, publications, and targeted distribution services that will expand consumer education and awareness regarding the transition to digital television. Full and open competitive procedures shall be used because the services required are readily available in the commercial market place. The use of these procedures will allow for FCC to receive fair and reasonable prices to meet the needs of this requirement through competition. The award date is May 5, 2009 for the base period and two (2) one-month option periods. DETERMINATION I hereby determine that: Due to the inability to definitively identify the labor classifications and number of labor hours needed to support the efforts needed for the DTV transition, it is literally impossible for the Government to establish a reasonable-independent cost estimate to serve as the basis of a firm-fixed-price contract. Furthermore, and based market research and pre-solicitation meetings with various industry providers capable of providing this service, industry providers would be apprehensive (or non-responsive) in participating in this solicitation for fear that they would borne all financial risks of unanticipated labor cots, in the event the estimated volume of services exceed projections As such, this solicitation specified a time and material/labor hour award as being the only means to meet the Government’s requirement. By doing this, offerors were allowed to be creative in their proposed-business solution to ensure only those human capitol resources that will actually be of value to the American taxpayer would be employed-eliminating waste and non-productivity. Hence, the use of a time and materials/labor-hour method of contracting is determined to be the best value and least costly. That is because it is impracticable to secure services of this type (with an unknown quality of man-hours required). Since no desirable firm-fixed-price contract will suitability serve, the time and materials/labor hour contract was awarded based upon the following stipulations: A. A limited period of performance has been established (i.e., less than 90 – days) B. Quality assurance and surveillance shall be conducted by the Government and Contractor management personnel to ensure inefficient and wasteful methods are not used by the contractor during the performance of the contract. C. A contract ceiling of $3,500,000.00 has been established. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/FCC/FCCOMD/FCCCPC/RFQ09000063/listing.html)
- Record
- SN01812286-F 20090509/090508101200 (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 |