Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2011 FBO #3566
SOLICITATION NOTICE

R -- Video Service - International and Domestic - Addendum A

Notice Date
8/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519110 — News Syndicates
 
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-11-0828
 
Archive Date
10/13/2011
 
Point of Contact
Myria Carpenter, Fax: 2023827870, Herman P Shaw, Fax: 202-382-7870
 
E-Mail Address
mecarpen@bbg.gov, hshaw@bbg.gov
(mecarpen@bbg.gov, hshaw@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
Addendum A - Schedule Service and Price (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM 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. (ii) Solicitation No. BBG50-R-11- 0828 is issued as a Request For Proposal (RFP) for a Firm-Fixed price contract that will be awarded using the contracting by negotiation procedures in FAR Part 15. (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-53, dated August 4, 2011. (iv) This is a full and open competition. The North American Industry Classification Systems (NAICS) code for this acquisition is 519110. (v) The contractor shall provide the following Contract Line Item (CLIN) : 1. Video Service - Domestic and International (vi) The Broadcasting Board of Governors requires a contractor to provide a video with daily, comprehensive video coverage/footage of domestic (US) and International news events, as well as sports from around the nation and the world, which are spot, breaking and feature stories. The stories provided should be available in various forms, e.g. complete reporter voiced packages, split audio (international sound) with narrator track and natural sound as well as raw, uncut footage of particular news events. Examples of live events, both foreign and domestic include, but are not limited to, presidential addresses, congressional hearings, government briefings as well as campaign rallies and other scheduled events, as well as live coverage of breaking news: major catastrophes, accidents and weather events. Besides the aforementioned news events and daily coverage of what is typically termed "news" the video service should provide: Domestic & International Sports, Business News, Medical/Science, Technology, Entertainment and Weather. All stories should be accompanied by their corresponding scripts and graphic (supers) requirements such as courtesies, locators and name and title of interviewees. The quality of the feed shall meet commonly accepted RS170A broadcast standards as defined by the Agency. If sub-standard material is provided, the offeror shall provide replacement, at the offeror's expense, in a timely fashion and by courier, if necessary. The quality of the feed should meet commercial television standards for SD transmission. There should be a minimum of six feeds per day during morning, afternoon, evening and overnight hours. The offeror will need to provide a daily list of stories to be, appropriate script information, as well as the running time of the story along with the expected time when it will be fed. Feeds may be sent/received via satellite, fiber or other IP methods of transmission. Specific coverage of Cuba and Cuban issues, particularly of events happening inside the island are a plus. The offeror will need adhere to the Technical Commercial Broadcast Standards. Video must conform to RS170A specifications for SC/H subcarrier phase, horizontal blanking not to exceed 11.2 microseconds and vertical blanking of 21 lines. Head switching shall not be visible in active video or Betacam SP format feeds. Video Frequency Response: 30 Hz to 4.2 mHz NTSC Video Signal to Noise ratio, weighted CCIR: 50dB min, NTSE K-Factor, 2T sin2 pulse and bar: 2% min. Differential Gain at 3.58 mHz (10% to 90% APL): 2.5% max. Differential phase shall not exceed 3⁰ maximum. Audio operating level shall be +8 dBm where 0dB = 0.775 volts across a 600 ohms load. Audio Frequency Response flat within +/- 1b between 50 Hz to 15 KHz. Audio THD (Distortion) 50 Hz to 15 KHz: 1.5% max. Audio Signal to Noise ratio, unweighted: 50 dB minimum If the offeror provides the News Feed as a digital file based system, stories must be compatible with or have the ability to be transcoded to match the Agency's current video server standard of DV 25 in a QuickTime container. Use of feed material may be used in all media and formats now known or hereafter devised, including, but not limited to: theatrical and non-theatrical, commercial and non-commercial, distribution, exhibition, promotional, radio, television, simulcast, broadcast, internet, mobile, CD-ROM, DVD, closed-circuit TV, cable systems, transmission via satellite, wireless cable, reproduction rights (in any format and standard such as VHS, and PAL, etc.) and may be excerpted, edited, translated, and adapted. The geographic scope of the license will be international territory. The license provided excludes public performance, public display, and broadcasting of "feed material" within the United States; however, inadvertent or incidental reception within the United States of feed material intended for audiences outside the United States shall not be a breach of this license. Inadvertent reception includes reception of internet sites that although targeted to audiences outside the United States are capable of being viewed within the United States. FREQUENCY - Minimum requirement is continuous coverage of major activities of the President and other member of the Executive Branch and Legislative Branches of government. The news events provided by the offeror occur throughout the day, seven (7) days a week. Some news events are scheduled and others occur as news events warrant. The news event coverage is of indeterminate length and shall be regularly scheduled and unplanned domestic and international events, as deemed appropriate for the BBG's programming needs. The BBG may call the Offeror to discuss what news event coverage is available each day via the pool feed sources. From time to time, the Agency may request, and the offeror shall provide certain presently unknown television pool feeds. SUPPORT MATERIAL - The offeror shall supply advisories and notifications which list all the available news feed events each day. Such support material shall be delivered in a time and expedient manner in accordance with the customary standard practice in the broadcast industry to the BBG's computer system in the Cohen Building in Washington, D.C. Feed support material and associated metadata must be compatible and easily importable into Agency computer systems, databases, video server system, and media asset management system. Providing the text files in XML format would be considered a benefit. The offeror is responsible for providing a reliable back-up system in the event of a failure in the primary system. (vii) The Start of Service (SOS) date is day of award. The Base Year of the contract will be from the SOS Date and continue for 365 days (366 days in the event of a leap year). The subsequent Option Years if exercised will follow sequentially for a total contract duration not to exceed 5 years. (viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Interested contractors who are capable of providing these services should submit a proposal demonstrating their ability and experience in providing the required services. CONTRACTOR QUALIFICATIONS SHALL INCLUDE BUT NOT BE LIMITED TO: A) ability to provide video service with daily, comprehensive video coverage/footage of domestic (US) and International news events, as well as sports from around the nation and the world, which are spot, breaking and feature stories. OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT AT MINIMUM, THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) a technical proposal which addresses the factors described below in (ix) and (2) and a price proposal in accordance with (ix). The Price Proposal must contain a copy of Attachment A entitled "Schedule Service and Price" filled out by the Offeror. (ix) The Federal Acquisition Regulation (FAR) provision FAR 52.212-2 Evaluation-Commercial Items, applies to this solicitation. The Government will award a Commercial Item, Firm-Fixed-Price, contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based on technical approach, experience, past performance, and price. When combined, technical evaluation factors are approximately equal to cost/price. THE FOLLOWING FACTORS SHALL BE ADDRESSED IN THE TECHNICAL PROPOSALS AND SHALL BE USED TO EVALUATE PROPOSALS: 1) The contractor must provide a narrative detailing the approach that they will take to meet the requirement. The contractor must illustrate its understanding of the requirement and its ability to provide the required services stated herein. The contractor shall submit a brief description of their company's business and provide a company point of contact including address, e-mail address, telephone number, fax number and the company's web-page address. (Technical Approach); 2) The Offeror shall provide recent examples (within the past three (3) years) demonstrating its experience in providing the services required under this Solicitation to Governmental and/or commercial customers. Examples provided should be of the same and/or similar services specified herein. (Experience) 3) Detailed information on past performance and relevant contracts for same and/or similar services with a minimum of three (3) references including contract numbers, points of contact with telephone numbers and email addresses (i.e., the point of contact who can verify performance) (Past Performance) and 4) Separate Price Proposal showing a price breakdown for CLIN above. The prices for shall be provided in English and United States dollars. The Price Proposal must contain Attachment A entitled "Schedule Service and Price" filled out by the Offeror. Offerors are cautioned that failure to address each of the above factors may deem their proposal unacceptable. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Proposals must also include contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. The contractor must be registered on-line with the Central Contractor Registration (CCR) Web site at: http://www.ccr.gov/Start.aspx. 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 FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows: I. AUTHORIZED REPRESENTATIVE OF THE CONTRACTING OFFICER: The Contracting Officer will appoint by letter an Authorized Representative of the Contracting Officer (AR/CO), who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the AR/CO shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE AR/CO TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED ACTIONS. (End of Clause) II. PARTIAL EXECUTION OF THE BASE YEAR WORK UNDER THIS CONTRACT : The Government reserves the right to partially execute the Base Year in Attachment A entitled "Schedule Service and Price." The parties agree that the Government may have to partially execute the Base Year in Attachment A and may do so multiple times up to the point that the Base Year has been fully executed. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the Base Year. (End of Clause) III. EXERCISING OF OPTIONS UNDER THIS CONTRACT : The Government reserves the right to unilaterally exercise the options in Attachment A entitled "Schedule Service and Price." The parties agree that the Government may have to partially exercise any options in Attachment A and may do so multiple times up to the point that the option has been fully exercised. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise. (End of Clause) (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006); 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010); 52.219-8 Utilization of Small Business Concerns (May 2004); 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity(May 2007) (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (Sept 2010); 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37 Employment Reports on Veterans (Sept 2010); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010); 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). Please note some clauses may not be applicable to a foreign offeror. (xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation include 52.237-3 Continuity of Services (Jan 1991). There are no other additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. NOTE: See Government-Wide Numbered Notes 13 and 25. (xiv) No Defense Priorities and Allocation System (DPAS) rating assigned. (xv) Failure to provide the required services for any the above CLIN may result in the rejection of your proposal. Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral, faxed or emailed proposals will not be accepted. Please note that questions must be submitted in writing to Myria Carpenter by email (mecarpen@bbg.gov) or fax (202-382-7870) and received before the deadline of 12:00 p.m., Eastern Standard Time on September 6, 2011. Technical Proposals shall be submitted as an original and three copies and Price Proposals shall be submitted as an original and one copy. All proposals must be sent via courier or overnight delivery and must be received before deadline. Proposals are due at the Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007B, Washington, DC 20237 on September 13, 2011, at 12:00PM, Eastern Time. (xvi) Contact: Myria Carpenter, Contract Specialist, Facsimile 202-382-7870, email: mecarpen@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-11-0828/listing.html)
 
Record
SN02552911-W 20110830/110828233021-9ab21477689b3174ded21b6ab2424662 (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.