SOLICITATION NOTICE
D -- Satellite Radio Broadcaster - Attachment A
- Notice Date
- 11/14/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 515111
— Radio Networks
- 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-15-0003
- Archive Date
- 1/5/2015
- Point of Contact
- Myria Carpenter, Fax: 202-382-7870, Herman 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
- Price Schedule (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-15-0003 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 Regulations 2005-77, dated November 13, 2014. (iv). This is a full and open competition. The North American Industry Classification Systems (NAICS) code for this acquisition is 515111. (v). The contractor shall provide the Contract Line Items as shown in the Addendum A titled “Price Schedule”. (vi.) The Broadcasting Board of Governors, International Broadcasting Bureau (BBG/IBB), Office of Contracts (CON) located in Washington, D.C. anticipates a need (subject to availability of funding) to lease broadcast time from a Satellite Radio Broadcaster in the Miami, Florida market area with times available within its broadcasting schedule. The objective in leasing these broadcast services is to leverage the signal quality of Satellite Radio to reach the Agency’s audience in Cuba. The time required by the Office of Cuba broadcasting (OCB), also located in Miami, FL for having its Radio Marti programming to be rebroadcast from a Satellite Radio station is a two hour block between the hours of 9:00pm – 11:00pm ( Monday – Friday). The Contractor may broadcast its own station announcements before or after OCB programs, but not within OCB programs. Station announcements shall be limited to commercials and features of local interest and must be clearly distinguished from the OCB and the United States Government and shall be done with the highest degree of integrity and business ethics. There shall be no political advertising immediately before or after the OCB-provided programming. Station announcements before or after OCB programming shall adhere to all FCC standards and contain no lewd or lascivious content. The Contractor must also provide day-to-day operational contact information, Contractor Performance Assessment Reporting System (CPARS) contact information as well as escalation contact information in the event there is an extensive problem that requires higher level managerial attention. (vii) The base period of performance is six months from the day of award. The contract has four (4) one-year Option periods such to the availability of Agency funding and need. 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. (ix) The government intends to award one Commercial Item, Firm-Fixed Price contract resulting from this RFP utilizing Lowest Price Technically Acceptable (LPTA) source selection procedures in accordance with FAR 15.101-2. By submission of its proposal, the Offeror acknowledges that it will comply with all of the requirements under this solicitation, including stated terms, conditions, representations and certifications. Offerors will be evaluated on the information in their proposal and award will be made to the lowest priced, technically acceptable proposal for each CLIN in Addendum A. Offerors shall submit two volumes: 1) Price: The contractor will identify in his proposal the cost of leasing for each proposed period (base period and/or option periods as described in Addendum A); and 2) Technical: The offeror shall provide a narrative and detailed information on the following technical requirement: Offerors shall be a Satellite Radio Broadcaster whose signal is able to reach into Cuba. Failure to meet the technical requirement listed above shall result in an offer being determined technically unacceptable. The Government shall first evaluate the technical proposal to determine if the proposal is technically acceptable on a Pass/Fail basis, assigning either a Pass or a Fail rating: Pass – Proposal met the minimum requirement of the solicitation, or Fail – Proposal does not meet the minimum requirement of the solicitation. A rating of “Fail” will render the entire proposal unacceptable, and therefore, ineligible for award. The Government shall then conduct a price evaluation of all technically acceptable offers for each CLIN, including any option prices. Proposals will then be ranked from lowest overall price to the highest by CLIN. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Offerors may either submit a paper copy of FAR Clause 52.212-3 or submit this information through the System of Award Management (SAM) 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. THE CONTRACTOR MUST BE REGISTERED ONLINE IN THE SAM WEB SITE 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 AR/CO 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) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within one day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 5 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 54 months. (End of Clause) EXERCISING OF OPTIONS UNDER THIS CONTRACT The Government reserves the right to exercise unilaterally the options subject to the availability of funding, in Attachment A entitled "Service and Price Schedule." The parties agree that the Government may partially exercise and fund any options in Attachment A and may do so multiple times up to the point that the option has been fully exercised and funded. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise. In the event that BBG does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable. Additionally, the parties agree that, in the event the BBG decides not to exercise any options, BBG will have no further obligation to the Contractor under this contract other than to pay for services actually rendered by the Contractor to BBG hereunder. (End of Clause) CONTACT INFORMATION: The Contractor shall provide a day-to-day operational contact as well as a contact for prompt contract administration. The Contractor shall also provide contact information for the person responsible for reviewing performance evaluation entered into the Contractor performance Assessment Reporting System (CPARS). Contractor – Day to day operational contact Name: Title: Address: Phone Number: Email: Contractor – Prompt contract administration contact Name: Title: Address: Phone Number: Email: Contractor – CPARS contact Name: Title: Address: Phone Number: Email: (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; 52.219-8 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 Equal Opportunity 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 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-System for Award Management (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: 52.232-18 Availability of Funds. (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 CLINs 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. Email, fax or oral proposals will not be accepted. Questions must be submitted in writing to Myria Carpenter at proposalquestionMEDC@bbg.gov. Written questions must be submitted by 12:00 p.m., Eastern Time on November 24, 2014. Technical proposals shall be submitted with an original and three (3) 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 Myria Carpenter, 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 Time on December 1, 2014. (xvi) 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-15-0003/listing.html)
- Record
- SN03573107-W 20141116/141114234143-908cba74edbfb2a3219f7d7f2aa52bc7 (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 |