SOLICITATION NOTICE
Y -- TV Studio Set Design - Addendum B - Addendum A - Price Schedule
- Notice Date
- 6/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- 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
- 1088-12-FQ-00354
- Archive Date
- 7/25/2012
- Point of Contact
- Mary Ann Amps, Phone: 305-435-7031
- E-Mail Address
-
mamps@ocb.ibb.gov
(mamps@ocb.ibb.gov)
- Small Business Set-Aside
- N/A
- Description
- Addendum A - Price Schedule Addendum B - Past performance References (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. 1088-12-FQ-00354 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 2005-58, effective May 18, 2012. (iv) This is a Total Small Business Set Aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 236220 and the small business size standard is $33.5M (v) The Contractor shall be required to provide the following Contract Line Items (CLIN(S)): 1. Design Phase - The Contractor shall produce conceptual designs of the studio hardsets. 2. Build Phase - The Contractor shall fabricate the two hardsets per the approved design. (vi.) The Broadcasting Board of Governors, has a requirement for Contractor to provide set design and fabrication services at its Office Of Cuba Broadcasting (OCB) located at 4201 NW 77th Avenue, Miami, Florida. The Office of Cuba Broadcasting (OCB) requires turnkey services to obtain a professional design and fabrication of two television broadcast studio hardsets that fulfills the space, budget and branding requirements cited herein. The television set design and the related fabrication shall conform to best industry practices and quality standards. The Contractor shall be responsible to provide all necessary tools, equipment, material and labor to affect the set designs as proposed and approved by the OCB. The agency contemplates the work to be executed after award in the two-step process as summarized herein: Step One: The first step involves the Contractor producing conceptual designs of the studio hardsets as part of their initial contract proposal. The proposed price shall include all project costs including any related travel to the OCB facility, producing the final design, and fabrication and installation of the hardsets.Upon contract award, the Contractor shall produce and present to OCB a final design for the hardset, which shall meet all the functional, cost and creative requirements cited herein, and those presented to the Contractor by OCB. Step Two: After obtaining approval from OCB, the Contractor shall work diligently to fabricate the two hardsets per the approved Step One Final Design. In this second step, the Contractor will assume all responsibility and manage all fabrication and installation activities. Design considerations: Prospective offerors are required to visit the OCB facility prior to proposal submission to be given more specific details of the desired creative needs and necessary elements to fit our space and budget limitations. This pre-proposal visit can be scheduled by emailing the Contracting Officer. The proposed hardset designs shall serve a versatile space that can operationally perform as a platform for the recording of television programs. The two sets shall be able to mix multiple talent locations and various looks within one space. The proposed hardset designs shall provide for the creation of a set with an innovation and functionality that can interact well with cameras, equipment and spaces available at the designed studio locations.The proposed hardset shall be designed to be able to incorporate Chroma keys, virtual elements, or any other elements to show a top-notched professional look. The sets shall appropriately feature the Marti logo. Other creative elements and specifications are as follows: Studio 1 (1) An additional set shall be located within the existing Studio 1 space and be created to allow a 360 degree view for different program segment requirements. (2) Set shall be innovative, clean and modern looking. (3) Design shall follow design and material look of the existing hardset in this area. (4) The set shall accommodate at least two anchor settings. (5) The set shall use led lights to adjust and change the mood and ambiance. Studio 2 (1) One small set shall be created in the Studio 2 area and shall feature a see-through window towards the active OCB newsroom. Window construction will be government-furnished. The Contractor shall be required to procure and install the required double glass/acrylic material. (2) Set shall include a riser for sitting area that can be removed if required. (3) The set shall include all necessary wall and flooring treatments. (4) The set shall use led lights to adjust and change the mood and ambiance. (vii) The period of performance is 90 days. The Contractor shall submit a monthly invoice electronically to OCB, for services provided the preceding month. (viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services. Interested contractors must provide in their proposal a narrative about how they will fulfill the requirements, in addition to listing similar projects with the same or like requirement, budgetary estimates, and the names, addresses, telephone numbers, and email addresses of references that have direct knowledge of the contractor's skills and experience. Contractor qualifications shall include but not be limited to: a) prior experience; b) the sufficient number and skilled personnel with the appropriate complement of equipment to demonstrate capacity to comply with all contract requirements. Offerors responding to this solicitation shall submit the following items to the contracting officer: [1] Narrative and detailed information on the understanding of the contract requirements made known to the offeror at the pre-proposal on-site meeting, and the commitment in meeting the specific timeframe hours/days and the performance measures that the offeror will take to meet all contract requirements; The contractor shall provide detailed information on any signal-processing of the OCB-provided programming prior to its uplink. The contractor must provide day-to-day operational contact information as well as escalation contact information in the event there is an extensive problem that requires higher level managerial attention. [2] Detailed information on past performance, including recent (within last 3 years from date of this notice) and relevant contracts for similar services and other references including contract numbers, points of contact with telephone numbers, email addresses and other relevant information; and [3] Prices for all of the listed CLIN shall be noted in English and United States dollars on the "Price Schedule" sheet uploaded to the FedBizOpps with this combined synopsis/solicitation. (ix). 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 is the lowest price technically acceptable. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals: 1) Capabilities Statement - The Offeror shall provide a description of their organization and its demonstrated capabilities in performing the service requirement and schedule. Offerors are cautioned that failure to provide adequate information on the technical design in their proposal may deem their proposal unacceptable. 2) Management Approach - The Offeror must provide a description of the approach that they will take to meet the requirement; 3) Contractor Qualifications - The Offeror shall provide their understanding of the requirements and ability of the Offeror to provide the required services; 4) Past Performance - The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement within the last five (5) years of the date of this Solicitation. Offerors shall provide the names of three (3) clients and the following information: (i) client's name, address, and name, email and telephone number of contact person; (ii) dollar amount of the contract; (iii) current term of the contract; and (iv) brief description of the work performed. The Offeror shall use the form uploaded to the FedBizOpps with this combined synopsis/solicitation entitled "Addendum B - Past Performance References" to provide the information. Pursuant to FAR 15.305(a) (2) (iv), in the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror will not be evaluated favorably or unfavorably on past performance.; and 5) a separate Price Proposal showing a breakdown of the price for the above CLIN (Price) Prices for all of the listed CLIN shall be noted in English and United States dollars on form uploaded to the FedBizOpps with this combined synopsis/solicitation entitled "Addendum A - Price Schedule". 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: CONTRACTING OFFICER REPRESENTATIVE The Contracting Officer will appoint by letter a Representative Contracting Officer Representative (COR), 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 COR 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 RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR 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 CHANGES. (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: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161); 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332) (xiii) There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices.(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. (xv) All proposals must be sent to the agency's contracting officer, Ms. Mary Ann Amps (mamps@ocb.ibb.gov). Oral or faxed proposals will not be accepted. Responses to this RFP must be received via e-mail to Mary Ann Amps at mamps@bbg.gov and must be submitted by 12:00 p.m., Eastern Daylight Saving Time on June 25, 2012. Technical proposal shall be submitted seperate from the pirce proposal.NO COST OR PRICING INFORMATION SHALL BE INCLUDED IN THE TECHNICAL PROPOSAL. Proposals may be sent via email before the closing deadline below. (xvi) Contact: Contracting Officer, email mamps@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/1088-12-FQ-00354/listing.html)
- Place of Performance
- Address: 4201 NW 77th Avenue, Miami, Florida, 33166, United States
- Zip Code: 33166
- Zip Code: 33166
- Record
- SN02769061-W 20120609/120607235401-69a3293687627cb90a600f370d522490 (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 |