SOLICITATION NOTICE
R -- Music Sounders for all Voice of America media platforms
- Notice Date
- 7/29/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 512220
— Integrated Record Production/Distribution
- Contracting Office
- Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
- ZIP Code
- 20237
- Solicitation Number
- BBG50-R-10-0008
- Archive Date
- 8/31/2010
- Point of Contact
- Berel B Dorfman, Phone: (202) 382-7862, Herman P Shaw, Phone: 202-382-7861
- E-Mail Address
-
bdorfman@bbg.gov, hshaw@bbg.gov
(bdorfman@bbg.gov, hshaw@bbg.gov)
- Small Business Set-Aside
- N/A
- Description
- This Combined Synopsis/Solicitation was prepared by the U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Voice of America (VOA), English Division (VOA/LG) 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 BBG50-Q-10-0016 is issued as a request for proposal (RFP), that will result in a single award of a firm-fixed-price contract using FAR Part 15 [Contracting by Negotiation] procedures to provide the following The U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau's (IBB), Voice of America (VOA), English Division (VOA/LG) has a requirement for the creation of a package of musical material that includes original compositions to be used as themes, station identifications and production aids as part of its radio and television programs as well as the Internet, including its primary networks and affiliated stations. Demonstrated experience in producing such thematic material for use in international broadcasts is required. The package should be arranged in full orchestration with vocal parts in English and foreign languages, where determined to be appropriate, and should consist of the following, at minimum: 1) A contemporary version of a musical logo for VOA to be used as an audio identifier across all media platforms, i.e., radio, television, Internet and mobile. 2) A full thematic identification package based around the VOA logo for news/information, talk and music formats. The package should consist of treatments in a variety of lengths and styles suitable for regular production and identification use, and should include: News program open and close; music beds for promotional announcements, musical bridges for use between program segments, including, but not limited to public affairs, editorials, business news, sports, lifestyle/entertainment news; breaking news; network identifications; stings and sounders of varying lengths. The package is to be produced in full stereo and delivered on digital audio compact discs. VOA is to be provided with industry standard cue sheets (master mix logs). (iii) 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; proposals are being requested and a written solicitation will not be issued. The anticipated award will be for a Firm-Fixed-Price Contract, This document's incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-042 dated July 16, 2010. (iv) This notice is a request for proposal (RFP) and open to all sources who can meet the above stated requirements. Any party interested in responding to this notice should submit the following: (v) (1) a written statement of their specific interest in meeting the BBG's above stated specialized requirements, including a statement of all costs and charges for production and delivery of this material as well as estimated date of delivery of this package; and (2) a detailed description of the firm's specific capabilities and recent pertinent experience in providing such materials to an international broadcasting organization, including an audio compact disc containing examples of these materials. Such descriptions must include the names and telephones numbers of at least three (3) of the firm's recent customers that the BBG can quickly contact to validate the authenticity of the firm's stated capabilities and experience in meeting the BBG's requirements. (vi) Delivery of items under this requirement shall be made within 120 days after award and technical requirement details are agreed upon. (vii) The provision at FAR Subpart 52.212-1 [Instructions to Offerors - Commercial Items] applies to this acquisition. (viii) The provision at FAR Subpart 52.212-2 [Evaluation of Commercial Items] is hereby incorporated by reference into this combined synopsis/solicitation. Ability to deliver on or before the above stated time requirement. The evaluation subfactors in descending order of importance are: (a) price and; (b) evidence of ability to deliver on or before the above-stated time requirement. (ix) Offerors shall submit a completed copy of the attached provision at FAR Subpart 52.212-3 [Offeror representations and certifications -- commercial items] with their proposal. This provision can also be found at the following website: http://www.arnet.gov/far/. (x) FAR Clause 52.212-4 [Contract Terms and Conditions -- Commercial Items] applies to this acquisition. (xi) 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 52.222-21 [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)]; FAR Clause 52.232-18 [Availability of Funds]; 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)]. (xii) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this acquisition. (xiii) The North American Industry Classification Systems (NAICS) code for this acquisition is 512220 - Musical recording, releasing, promoting, and distributing. Any questions regarding this Notice shall be in writing and received by August 10, 2010. Questions may be submitted via email or facsimile to Mr. Berel Dorfman, Office of Contracts (CON/CR), e-mail: Bdorfman@bbg.gov, or facsimile at (202) 382-7870. The BBG must receive all submissions before 2:00 p.m., Eastern Daylight Time (EDT), August 16, 2010. No telephone responses of a firm's statements of interest, capabilities, and pertinent experience will be accepted by the BBG. All responsible sources may submit a proposal, which will be considered by the Agency. Faxed or emailed proposals will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-10-0008/listing.html)
- Place of Performance
- Address: 330 Independence Ave, SW, Washington, District of Columbia, 20237, United States
- Zip Code: 20237
- Zip Code: 20237
- Record
- SN02222636-W 20100731/100729235836-7ee0a85e2f838563ca9a1986eb9d33dc (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 |