Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 11, 2014 FBO #4462
SOLICITATION NOTICE

R -- Blanket Purchase Agreement - (Draft)

Notice Date
2/9/2014
 
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-KB-02072014
 
Archive Date
3/21/2014
 
Point of Contact
ADRIENNE R. WASHINGTON, Phone: 202-382-7867, Stacey Mangum, Phone: 2023827851
 
E-Mail Address
awashington@bbg.gov, smangum@bbg.gov
(awashington@bbg.gov, smangum@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
Filling Price Sheet Combination of Services/Per Hour/RussianIQ00192 Commercial Items Clauses Journalistic Codes ibbb999a individual Creative writing and Social Media Description(s): Synopsis: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and Subpart 13 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) This solicitation is issued as a Request for Quotations (RFQ) under solicitation number RFQ-BBG50-K-01282014, for Non-Personnel Service. Award will be made using Simplified Acquisition Procedures in accordance with FAR Part 13. (iii) This request for quote document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-72, January 1, 2014. The results of this requirement will be a firm fixed priced (FFP) Blanket Purchase Agreement. (iv) This procurement is being issued as a 100% small business set-aside. The North American Industry Classification Systems(NAICS) code for this acquisitions is 711510,with a small business size standard of $7.0 M. (v)1 (one)CLIN per BPA for services for a period of 1(one) year Creative writing and Social media (a) Each individual purchase made under Blanket Purchase shall not exceed the single call limit. (b) INDIVIDUALS AUTHORIZED TO PURCHASE UNDER THE BPA. The vendor shall honor requests from authorized Contracting Officer. Calls placed by unauthorized individuals and accept by the contractor will not be approved for payment. 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 Blanket Purchase Agreement. The Government intends to award Multiple Blanket Purchase Agreement's. The Government reserves the right not to award any Blanket Purchase Agreement. (vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates establishing Non-Personal Services Blanket Purchase Agreement with Independent Contractors for: 1. Creative writing and social media as described in the attached Statements of Work (SOW) for Office of Russian Services, in Washington, DC (vii) The Blanket Purchase Agreement will be established for the period of 1 year March 1, 2014 to February 28, 2015. Contract Type: Firm- Fixed Price Place of Performance: Broadcasting Board of Governors 330 Independence Ave SW Cohen Building Room 3724 Washington, D.C. 20237 (viii) Instructions to Offerors - Commercial, applies to this acquisition The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this request for quote. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html Quotes Submission: Interested independent contractors/contractors who are capable of providing these services should submit a request for quote identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services. Instructions to Offerors (a) Submission of offers. Submit signed and dated offers to the office specified in this request for quote at or before the exact time specified in this Request for Quote As a minimum, offers must show- (1) The Request for Quote number; (2) The time specified in the Request for Quote for receipt of offers; (3) The name, address, and telephone number of the Offeror; (4) In the complete Request for Quote, Offerors shall limit their response to no more than a total of 6 pages to include (a) Resume no more than 2 page(s) or less (b) 2 pages of past performance. (c) 1 page pricing (5)Past performance information, to include at least 3 recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and Offeror qualifications shall include but not be limited to: 1. Technical/Quotes (Resume) that states the Offeror's resume/curriculum vitae and evidence of the Offeror's pertinent past performance that can be easily and quickly validated. Dates (months/years) and locations for all field experience must also be detailed. 2. Contractors shall submit their price quotes for hourly rate(s) (a) Hourly Rate (b) Price Quote that states the offerors's proposed estimate of 2,000 hours for a year. Call order number of hours may vary. (See SOW), subject to availability of funds and mission consideration. (c) Prices for all of the listed CLIN shall be noted in English and United States dollars. (5) Acknowledgment of Request for Quote Amendments; (6) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. 2. A Price Quote that states the Offeror's proposed hourly rate based on a one year period of performance. 3. Technical (Resume) that states the Offeror's resume/curriculum vitae and evidence of the Offeror's pertinent past performance. Dates (months/years) and locations for all field experience must also be detailed. 4. 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. 52.212-2 Evaluation - Commercial Items, Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract 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 (Used to determine the competitive ranking of qualified applicants in comparison to other applicants. The factors are listed in priority order from highest to least.). The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services Blanket Purchase Agreement resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on : 1. Technical ability to include work experience, education and specialized training 2. price, and 3. pasts performance Basis for Award: The procurement is being conducted under FAR Subpart 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 quote submissions so the offeror should submit its best terms in the initialquote. The Government may also determine to make no award. A multiple vendors/contractors 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. All questions regarding this quote are due by 7 a.m. eastern standard time (Washington, DC time on February 12, 2104 E-mail questions are to be sent to awashington@bbg.gov Responses to questions will be provided no later than February 14, 2014. 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 (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) (xiii) Reserved (xiv) Reserved (xv) The Date and time and place offers are due: To ensure consideration for this requirement, please reference the solicitation number on your request for quote. Request for Quotes must be submitted electronically to awashington@bbg.gov. The due date is Tuesday, February 18, 8:30 am Eastern Standard Time (Washington, DC time) All Request for Quote as well as inquiries should be sent electronically Adrienne R. Washington @ awashington@bbg.gov 300 C St. South West Switzer Bldg. Rm. 4300 Washington, D.C. 20237 United States Primary Point of Contact: Contracting Specialist Adrienne R. Washington awashington@bbg.gov or Stacey Mangum 300 C Street Switzer Bldg. Room 4300 Washington, DC 20237 Contract Specialist smangum@bbg.gov (xvi) The name and telephone number of the individual to contact for information regarding the solicitation: Adrienne R. Washington Contract Specialist/Contracting Officer awashington@bbg.gov (202) 382 - 7867 or Stacey Mangum smangum@bbg.gov (202)3827851 Place of Contract Performance: Broadcasting Board of Governors International Broadcasting Bureau 330 Independence Ave SW Cohen Building Washington, D.C. 20237 Room number, and Point of Contact will vary, depending on the service Washington, District of Columbia 20237 United States Primary Point of Contact.: ADRIENNE R. WASHINGTON, Contracting Officer awashington@bbg.gov Phone: 202-382-7867Secondary Point of Contact: Stacey Mangum, Contract Specialist smangum@bbg.gov Phone: 2023827851 Fax: 202 382 7854 Contracting Office Address: 330 C Street, SW, Room 4300 Washington, District of Columbia 20237 United States Place of Contract Performance: Broadcasting Board of Governors Cohen Building - Room 3724 330 Independence Avenue, SW Washington, DC 20237 Washington, District of Columbia 20237 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-KB-02072014/listing.html)
 
Place of Performance
Address: IBB Voice of America Headquarters, 3330 Independence Ave, SW, Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN03284633-W 20140211/140209233030-a731e35525c6db1e9dd346de02d1bb31 (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.