Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2014 FBO #4459
SOLICITATION NOTICE

R -- Multimedia Combination Services -VOA Tibetan Service - Package #1

Notice Date
2/6/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
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-Q-14-0042
 
Archive Date
3/1/2014
 
Point of Contact
Patrice Abner, Phone: 2023827837
 
E-Mail Address
pabner@bbg.gov
(pabner@bbg.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Clauses and Journalistic Code Instruction to Offerors Commercial Items Clause Multimedia Combination Services (Broadcaster/Radio Producer) Multimedia Combination Services (Webmaster/Radio Producer) Multimedia Combination Services (TV Host/Radio Producer) Multimedia Combination Services (Broadcaster/Radio Producer -Eve shift) Multimedia Combination Services (Researcher/writer/radio producer) Multimedia Combination Services (Final Cut editor) Non Personal Service Broadcasting Board of Governors #1 Final Cut Editor #2 Multimedia Combination Services (Researcher/Writer/Radio Producer) #3 Multimedia Combination Services (Broadcaster/Radio Producer/Evening Shift) #4 Multimedia Combination Services (TV Host/Radio Producer) #5 Multimedia Combination Services (Webmaster/Radio Producer) #6 Multimedia Combination Services (Broadcaster/Radio Producer) 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. This combined synopsis/solicitation is issued as a Request for Proposals (RFP) to establish Blanket Purchase Agreement. There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement. The Government intends to award one Blanket Purchase Agreement; however, the Government reserves the right not to award any Blanket Purchase Agreement. Any resultant Blanket Purchase Agreement will be for one year. The Broadcasting Board of Governors, Office of Contracts intends to establish a Blanket Purchase Agreement for Multimedia services as described in further detail below for the Voice of America East Asia and Pacific Division (Tibetan Service) in Washington D.C. (see attachments). This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13. SAM: System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION). NAICS Code: The North American Industry Classification System (NAICS) code for this acquisition is 711510, 519130, and 515111 with a small business size standard of $7,000,000.00 in average annual receipts for the past 3 years. Please identify your business size in your response based upon this standard. This requirement will be a 100% Total Small Business. Period of Performance: One year from date of award to commence on or about 03/01/2014 Contract Type: Firm- Fixed Price Applicable Clauses: **52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. *FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Applicable Provisions: See Attached Proposal Submission: Interested independent contractors are required to submit two (2) separate written documents (proposals) to the BBG. Items to submit are as follows: •1. 1. A Price Proposal that states the Offeror's proposed annual Total Price based on the number of hours listed in the Statements of Work under the section "Blanket Purchase Agreement Duration and Hours per Annum" that will be negotiated with the BBG. •2. 2. Technical Proposal - The Offeror shall provide their resume/Curruliam Vitae that includes work experience, education and specialized training. The technical Proposal (resume) includes the Offeror's resume/curriculum vitae and evidence of the Offeror's pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed. a) Past Performance References - 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 references with the following information: •(i) reference's name and address, email and telephone number of contact person 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 3. Eligibility to work in the United States : copy of US Citizenship, work permit, photo ID and/or visa. 4. Copy of active CCR Registration in SAM. HTTPS://www.sam.gov 5. In the event offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications - Commercial Items) with its offer. This provision can be found at the following website https://www.acquisition.gov/Far/; if requested by an offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer. To ensure consideration for the intended position, please reference the solicitation number on your proposal and the position name on the individual Statement of Work the offeror is responding to. If responding to multiple statements of work, separate proposal packages are required for each statement of work offeror is responding to. Proposal must be submitted electronically to pabner@bbg.gov. All proposals as well as inquiries should be sent electronically to Patrice Abner (pabner@bbg.gov) Contracting Office Address: 300 C St. SW Switzer Bldg. Rm. 4300 Washington DC 20237 United States Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a Blanket Purchase Agreement resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: EVALUATION FACTORS (The following factors are used to determine the competitive ranking of qualified potential contractors in comparison to other contractors. The factors are listed in priority order from highest to least). Factor #1 - Technical ability to include work experience, education and specialized training Factor #2 - Price Factor #3 - Past Performance Basis for Award The procurement is being conducted under FAR Part 13. Best value is defined as the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101. The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should submit its best terms in the initial proposal. The Government may also determine to make no award. Multiple offerors will be selected who is deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution. The deadline to submit questions will be 2/11/2014 at 5PM (EST). Answers to all questions will be posted by 02/12/2014 by 5PM (EST).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-0042/listing.html)
 
Place of Performance
Address: 330 C Street SW, Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN03282626-W 20140208/140206234437-fcc5723c60802b80775070f09bafb6de (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.