Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2013 FBO #4397
MODIFICATION

R -- Persian Language Non News Programming - Statement of Work

Notice Date
12/6/2013
 
Notice Type
Modification/Amendment
 
NAICS
512110 — Motion Picture and Video Production
 
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-14-0004
 
Archive Date
1/7/2014
 
Point of Contact
Wayne D Greene, Phone: 202-382-7860, Herman P Shaw, Fax: 202-382-7870
 
E-Mail Address
wgreene@bbg.gov, hshaw@bbg.gov
(wgreene@bbg.gov, hshaw@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work is attached. (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-14-0004 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 2005-071, dated November 25, 2013. (iv) This is full and open competition. The North American Industry Classification Systems (NAICS) code for this acquisition is 512110 and the small business size standard is $30.0M. (v) The contractor shall provide Firm Fixed Price in accordance with SECTION (ix)(5). (vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. requires the organization and production for an Iranian New Year (Norwuz) concert in Los Angeles, California. The concert must feature Andranik Madadian and other famous Farsi-speaking music stars performing before a live audience of no less than 100 persons with no admission fee. (vii) The period of performance is Date of Award through March 30, 2014. The Contractor shall submit a monthly invoice electronically for services provided. (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 and in the Statement of Work attached. The contractor shall demonstrate the ability and experience in providing the required services. Offeror qualifications shall include but not be limited to: The Contractor shall be responsible for labor and all other miscellaneous costs required to write, produce, edit, and deliver a televised Farsi language musical concert specifically targeting the 18-35 year old demographic audience. The contractor shall rent a venue that is equipped with professional video and audio recording equipment, performance stage and minimum seating capacity for 100 person audience for a live performance. The contractor shall produce a minimum of three (3) hours of live concert in Standard Definition 16x9 video format, which shall include filming with two (2) cameras on tripod, one (1) camera on shoulder and one (1) on crane, multi-track sound recording, and video and audio post production. The contractor shall be responsible for the payment of all costs associated with the project, including venue, equipment, musician's performance(s) fees and one (1) host's fee, travel and accommodation, as well as catering during any rehearsals and live performances. In addition, the Contractor shall provide camera operators, lighting crews, audio engineers, and a team of experienced writers, producers, and editors. (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 will be most advantageous to the Government, based on technical, management, past performance, and price. When combined, technical evaluation factors are significantly more important than cost/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals: 1) Technical Approach - The Offeror shall submit a demonstration video, of ten (10) minutes in length to be evaluated for production and editorial quality, as well as the Farsi language fluency of the on-air talent. The on-air talent appearing in the video shall be the same as the on-air talent dedicated to the concert; 2) Key Personnel - The Offeror shall provide the resumes of the executive producer (management's single point-of-contact for BBG) and all on-air talent. No sample resumes will be accepted, only the key personnel that would be dedicated to the concert; 3) Management Approach - The Offeror must provide a description of the approach that they will take to meet the requirement; 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. Offerors shall provide the three (3) references with the following information: (i) reference's name and address, email and telephone number of contact person; (ii) dollar amount of the contract; (iii) term of the contract; and (iv) brief description of the work performed. 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 may not be evaluated favorably or unfavorably on past performance, and 5) A separate Price Proposal showing a breakdown of the price elements common for same or similar services (i.e., price of venue, staffing, entertainment booking fees, etc.) There is no specific format or price elements required but the Offeror should use their best judgment to show their knowledge of this requirement. A total fixed price without a breakdown will not be accepted and will disqualify your proposal from further consideration. 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: 52.237-3 Continuity of Services and 52.242-17 Government Delay of Work. (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). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral 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 December 13, 2013. Technical proposals shall be submitted with an original and two (2) copies. Price proposals shall be submitted with an original and one (1) copy. Proposals may be sent via courier or overnight delivery before the closing deadline below. Proposals are due to Wayne Greene, Contract Specialist, Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007B, Washington, DC 20237 before 12:00 p.m. Eastern Daylight Time on December 23, 2013. (xvi) Contact: Wayne Greene, Contract Specialist, email: wgreene@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-14-0004/listing.html)
 
Record
SN03247133-W 20131208/131206233958-ffeeb1a1bb17ea7d59c2e6fa21a233e6 (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.