Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2013 FBO #4285
SOLICITATION NOTICE

R -- Media Analyst - Statement of Work

Notice Date
8/16/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541910 — Marketing Research and Public Opinion Polling
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
BBG50-R-13-0023
 
Archive Date
10/8/2013
 
Point of Contact
Myria Carpenter, , 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
Statement of Work (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-13-0023 is issued as a Request For Proposal (RFP) and a contract 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 Circular 2005-069, dated August 1, 2013. (iv) This is a full and open competition. The North American Industry Classification Systems (NAICS) code for this acquisition is 541910 and the small business size standard is $14.0M. (v) The contractor shall provide a Firm Fixed Price proposal showing a fixed hourly rate for a base period of one (1) year and four (4) option periods of a year each. Multiple awards will be considered for this requirement at the discretion of the Government. (vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. has a requirement for services of a media or broadcast journalism expert in analyzing the quality of multimedia products produced by the BBG Networks - including but not limited to content on radio, television, web, mobile, and other digital medium - and the associated workflows and back-office functions involved in the production of such content.. (vii) The period of performance is September 9, 2013 through September 8, 2014. The Contractor shall submit a monthly invoice electronically 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. The Contractor shall be required to review samples of multimedia products in one or multiple languages broadcast by the Voice of America (VOA) or Office of Cuba Broadcasting (OCB) Services. In each review, the Contractor will consider the depth, balance, quality and presentation of each broadcast product, with focus on but not limited to the news and information contained in each product. The Contractor also may be required to review samples of service program logs and/or comparable products produced by competitors or commercial media organizations to better analyze the unique value of the VOA or OCB content. The Contractor may be required to analyze workflows, staffing, and opportunities to increase efficiency, both in connection with the VOA or OCB services' development and production of multimedia products, and of other key support offices or organizations of the BBG. This analysis may be performed individually at times, or as a member of a team of analysts at other times, dependent upon the VOA or OCB service being reviewed. THERE IS A MANDATORY IN-PERSON ASSESSMENT AFTER BBG REVIEWS THE PROPOSALS WITH SELECTED OFFERORS IN THE COMPETITIVE RANGE. This assessment would entail the offeror either coming to the BBG office or participating via Skype or videoconference. The offeror shall be assigned a brief VOA or OCB program segment (in English) to observe and then provide a journalistic critique of it in writing in approximately 30 minutes that will be submitted to OPR at that time. (ix) The Government will award a Firm-Fixed-Price contract resulting from this solicitation to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based on price, technical, past performance and other factors in the solicitation. When combined, technical evaluation factors are significantly more important than price. The following factors are listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals: The Contractor must have recent knowledge and experience in news production, management, or as news consultant in the commercial television or online news services within the past three years. The Contractor must have experience in assessment and evaluation of television, radio, and online news programming quality, both in terms of content and production. The Contractor must have strong oral and written communication skills, and be able to present findings and critiques to VOA and OCB services and management, and to IBB senior managers on occasion. Preferred but not required: Fluency in one or more of the languages used by VOA or OCB services (in addition to English). See Appendix A in the SOW. Pursuant to FAR 15.305(a) (2) (i), past performance information is one indicator of an offeror's ability to perform the contract successfully. The currency and relevance of the information, source of the information, context of the data, and general trends in contractor's performance shall be considered. This comparative assessment of past performance information is separate from the responsibility determination required under Subpart 9.1, and 5) A separate Price Proposal showing a fixed hourly rate for one (1) base period of one year and four (4) option periods of a year each. Prices for all of the listed CLIN shall be noted in English and United States dollars. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Proposals must also include contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO CONTRACT AWARD. (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 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. (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: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 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; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging with 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) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.214-22 Evaluation of Bids for Multiple Awards, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract and 52.237-3 Continuity of Services. (xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. (xv) Failure to provide any of the above-required CLIN may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Oral or faxed proposals will not be accepted. Questions must be submitted in writing and only via email to Julian McElveen at jmcelveen@bbg.gov. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on August 21, 2013. Technical proposals shall be submitted ELECTRONICALLY to Julian McElveen at jmcelveen@bbg.gov. Price proposals shall be submitted ELECTRONICALLY to Julian McElveen at jmcelveen@bbg.gov in a separate attachment from the technical proposal. Proposals are due to Julian McElveen by or before 12:00 p.m. Eastern Daylight Time on August 27, 2013. (xvi) Agency Contact: Myria Carpenter, Contract Specialist, email: mecarpen@bbg.gov or Facsimile 202-382-7870. 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-13-0023 /listing.html)
 
Record
SN03151694-W 20130818/130816234403-f725d7aa576782f342bde390dea2f9ed (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.