SOLICITATION NOTICE
D -- Webcasting Services - Additional Terms and Conditions - Scope of Work
- Notice Date
- 12/3/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- Commodity Futures Trading Commission, Office of Financial Management-Procurement, Procurement Operations and Policy, Three Lafayette Centre, 1155 21st Street, N.W., Washington, District of Columbia, 20581
- ZIP Code
- 20581
- Solicitation Number
- CFIT-10-SO-0081
- Point of Contact
- Kathryn M. Rison, Phone: 2024185000
- E-Mail Address
-
krison@cftc.gov
(krison@cftc.gov)
- Small Business Set-Aside
- N/A
- Description
- Scope of Work Additional Terms and Conditions This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number CFIT-10-SO-0081 is issued as a Request for Quotation (RFQ) under the Test Program for Certain Commercial Items (FAR Subpart 13.5). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This procurement is not a set-aside. All responsible sources may submit a quotation. The NAICS code for this acquisition is 519130 with a small business size standard of 500 employees. The Government intends to award one Indefinite Delivery Indefinite Quantity (IDIQ) contract resulting from this solicitation. The term of the contract will be three (3) years. As described in the Scope of Work, Attachment A to this combined synopsis/solicitation, it is anticipated that task orders will be issued during the term of the contract for webcasting services of various meetings, hearings, and events of the Commodity Futures Trading Commission ("CFTC" or "Commission"). As required by task orders issued under the contract, the contractor shall furnish managed video webcast services to support internal and external customers of the Commission. CFTC anticipates requiring services such as webcasting engineering services, live video and audio webcasting, storage, web page creation, and web hosting. The CFTC intends to use its existing video-teleconferencing (VTC) network bandwidth to provide the live audio/video feed for webcasts. However, CFTC may require the contractor to furnish additional webcast audio-visual support, including a VTC bridge audio/video feed, to bypass the existing VTC equipment. All deliverables shall be shipped F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition, with the following addendum to subdivision (f): Quotations received after the time and date specified in the combined synopsis/solicitation will not be accepted unless the Contracting Officer determines that acceptance of the quotation is in the Government's best interest and will not unduly delay the acquisition. The provision at 52.212-2, Evaluation-Commercial Items, is applicable to this procurement. The specific evaluation criteria to be included in paragraph (a) of that provision are: (1) Corporate Experience and Past Performance; (2) Technical Capability to meet CFTC's requirements; and (3) Price. CFTC anticipates 10 webcasts per contract year. For price evaluation purposes, CFTC will assume that each webcast will be 8 hours, and will require all the services/items listed in the "Webcast Options" subsection of the Scope of Work, with a usage level of 2,500 users and an additional 6 months of event archiving. The evaluated price will be determined by CFTC calculating the sum of the proposed firm-fixed-prices for the services/items in the "Event Requirements" and "Web Hosting & Web Page Services" subsections of the Scope of Work, as well as the firm-fixed-prices in the "Webcast Options" subsection (assuming an 8 hour webcast with 2,500 users), for each of the three years of the contract. For each year, CFTC will multiply the sum by 10 (i.e., the number of anticipated annual webcasts), and then add the three amounts to arrive at the three year evaluated price. As part of this evaluation, CFTC may also conduct a price realism analysis. CFTC may award the contract to other than the lowest priced offeror. The above technical criteria which consists of Corporate Experience and Past Performance as well as Technical Capability, are listed in declining order of importance. From the standpoint of the relative importance of price to the technical criteria, the technical criteria, when combined, are significantly more important than price. However, as the merit of technical factors in competing quotations approaches equality, price will become increasingly more significant as an evaluation factor. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its quotation. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. There are no addenda applicable to the clause. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8 Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and 52.239-1, Privacy or Security Safeguards. Additional terms and conditions to be included in the contract are described in Attachment B to this combined synopsis/solicitation. All offerors shall conduct an initial site survey prior to submitting their quotation for this project. During the site survey, the Commission intends to furnish each potential offeror with a tour of the applicable areas of the CFTC Headquarters building at 1155 21st Street, NW; Washington, DC. It is anticipated that the site surveys will be held on December 11, 2009. Offerors are requested to notify the Contracting Officer listed in this announcement to schedule the times for their site survey. Quotations shall include the following: (1) Corporate Experience and Past Performance: Provide information on five (5) projects similar in scope, magnitude and complexity to this project that are currently being completed or have been completed by your firm within the past two (2) years. All of the projects must reflect substantial progress toward project completion, and at least one (1) of the projects must be fully complete. For each project, also provide point of contact information (i.e., name, title, telephone number and fax number) for contractual matters (e.g. Contracting Officer) and technical performance (e.g. COTR). Regarding past performance, CFTC may consider information provided by past performance references, as well as any other information available to the Government. (Note: The description of each project shall be limited to one (1) page, using 12 point or larger font for text, with a maximum page size of 8.5"x 11".); (2) Technical Capability: Provide a description of the services your firm offers, and discuss your firm's capability to meet CFTC's requirements and optional services (i.e., technical and schedule), including its ability to work within CFTC's current audio-visual equipment environment as described in the Scope of Work. The Commission's headquarters is located in a leased commercial building therefore we are not able to consider alternate technical solutions. The contractor must conform to the requirements outlined in this synopsis/solicitation. (Note: This section of the quotation shall be limited to five (5) pages, using 12 point or larger font for text, with a maximum page size of 8.5"x 11".); (3) Price: Provide a firm-fixed-price for all of the services/items listed in the "Event Requirements" and "Web Hosting & Web Page Services" subsections of the "Contractor Requirements" section of the Scope of Work. Additionally, provide firm-fixed-pricing for the individual items listed in the "Webcast Options" subsection of the Scope of Work. All pricing shall be broken out by contract year (i.e., a separate list of prices for contract year 1, contract year 2 and contract year 3). The Commission anticipates awarding the contract resulting from this solicitation in January 2010. CFTC intends to incorporate the offered firm-fixed-prices into the contract. The Commission expects to evaluate quotations and award a contract without conducting discussions and/or soliciting quotation revisions. Therefore, the offeror's initial quotation should contain the offeror's best terms from a price and technical standpoint. However, CFTC reserves the right to conduct discussions if later determined by the CFTC Contracting Officer to be necessary. Quotations are due no later than 3:00 p.m. local (Washington, DC) time on December 18, 2009. The quotations shall be submitted to the attention of Contracting Officer Kathryn (Kay) Rison, and may either be delivered to the address specified above or submitted via email to krison@cftc.gov. The Contracting Officer may be contacted on (202)418-5419. Collect calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/CFTC/OFMP/POP/CFIT-10-SO-0081/listing.html)
- Place of Performance
- Address: Multiple Locations, United States
- Record
- SN02016601-W 20091205/091204000357-1ddcf7a13305b69681a69b4e2aca6465 (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 |