Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2015 FBO #5000
SOLICITATION NOTICE

R -- Updating Spreadsheet of BBG Performance Measurement - Statement of Work for Order of Services of Updating Spreadsheets of BBG Performance Measurement

Notice Date
7/31/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561990 — All Other Support Services
 
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-15-00083
 
Archive Date
8/20/2015
 
Point of Contact
Seneca B. Belinfontie, Phone: 2022034944, Herman Shaw, Phone: 202-382-7856
 
E-Mail Address
sbelinfo@voanews.com, hshaw@bbg.gov
(sbelinfo@voanews.com, hshaw@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work for Order Services of Updating Spreadsheet of BBG Performance Measurement Solicitation for Order for Services of Updating Spreadsheet of BBG Performance Measurement Request for Quotation BBG50-R-15-00083 (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-15-00083 is issued as a Request for Quote (RFQ) and a Purchase Order will be awarded using the contracting by negotiation procedures in FAR Part 12 and 13. (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular 2005-072, dated July 2, 2015. (iv) This is a full and open competition. The North American Industry Classification Systems (NAICS) code for this acquisition is 561990 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. (vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. has a requirement for services of an Order for Services of Updating Spreadsheet of BBG Performance Measurement, expert responsible to assist in the update and expansion of the BBG's primary database of performance measures. This Excel-based database contains data from approximately 100 country surveys and approximately 125 data points per country. (vii) The period of performance is 1 year from time of award. 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 assist in the update and expansion of the BBG's primary database of performance measures. This Excel-based database contains data from approximately 100 country surveys and approximately 125 data points per country. The vast majority of countries in the database already contain the most recent data and will only require work on newly added data-points. Over the course of the contract, approximately 40 countries will require updating for every data point as new data becomes available. This position involves accessing existing SPSS datasets and looking up a variety of data points to be then entered into the Excel database. While many data points can be looked up by running simple frequencies, some data points require additional recodes, computes, crosstabs, filters etc. A model syntax for every data point will be provided to the contractor, but it will have to adjusted for each country due to some inconsistency of variable names and other country specifics. This task will account for approximately 90% of the services sought. A secondary task for the contractor is to review planned recodes (derived variables) for all incoming datasets (approximately 40 for the duration of this contract) to ensure uniform names and definitions across all BBG entities. This task will account for approximately 10% of the services sought. While the Contractor will receive a through briefing on the project and may reach out to a point of contact as required, the Contractor will be expected to work mainly independently. The Contractor may need to communicate with various BBG entity research personnel to address country specific issues. (ix) The Government will award a Firm-Fixed-Price contract resulting from this solicitation to the responsible offeror whose offer conforming to the RFQ 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 main factors in order of importance are as follows: 1. Best Value to the Government. (Demonstrated experience maintaining the ORA data base with a high level of accuracy and speed). 2 Technical Evaluation 3. Past Performance Selection Criteria An award will be made based on review of the Technical Capabilities, Experience and Pricing. Request for Quotes will be assessed as follows to determine award: •1.) Demonstrated experience maintaining the ORA database with a high level of accuracy and speed. •2.) Demonstrated experience with SPSS syntax as it relates to BBG products •3.) Demonstrated experience with BBG surveys and associated recodes. (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: 52.217-8 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 Seneca Belinfontie, at sbelinfo@voanews.com. Written questions must be submitted before 1:00 p.m. Eastern Daylight Time on August 4, 2015. Technical Quotes with pricing and past performances shall be submitted ELECTRONICALLY to Seneca Belinfontie at sbelinfo@voanews.com deadline is 2:00 p.m. Eastern Daylight Time on August 5, 2015. (xvi) Agency Contact: Seneca Belinfontie, Contract Specialist, email: sbelinfo@voanews.com. 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-15-00083/listing.html)
 
Place of Performance
Address: International Broadcasting Bureau, Office of Strategy and Development, 330 Independence Ave., S.W., Room 3360, Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN03819064-W 20150802/150731234840-c3fc6ef5771d0827e0ea0af3cd3d14b0 (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.