Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2015 FBO #5005
SOLICITATION NOTICE

R -- English Division-TESOL Learning English - Statements of Work

Notice Date
8/5/2015
 
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-RFP-15-010JR
 
Point of Contact
Patrice Abner, Phone: 000-000-0000, CHARLES B HILL JR, Phone: 000-000-0000
 
E-Mail Address
pabner@bbg.gov, chill@bbg.gov
(pabner@bbg.gov, chill@bbg.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Digital Writer Bilingual Producer Multimedia and TV Producer/Video Journalist Multimedia and TV 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 Multiple Award 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 Multiple Award Blanket Purchase Agreement; however, the Government reserves the right not to award any Blanket Purchase Agreement. Any resultant Blanket Purchase Agreement will be for two years. The Broadcasting Board of Governors, Office of Contracts intends to establish a Multiple Award Blanket Purchase Agreement for Combination services as described in further detail in the attached Statements of Work (SOW) for the Voice of America English Division inWashington D.C. 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 52.204-7 System for Award Management (SAM) Registration (July 2013). The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7.5M in average receipts for the past three (3) years. This is 100% total small business set-aside. Period of Performance: September 2015-August 2017 Con tract Type: Firm- Fixed Price Time of Performance: VOA is a 24/7 news/ program operation and the schedule will vary depending on the need of the government. The Contracting Officer Representative will make the determination at the time of award. 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. Provisions incorporated by reference: *FAR clause 52.212-4 (May 2015), Contract Terms and Conditions-Commercial Items, applies to this acquisition. *FAR 52.212-1 Instructions to Offerors-Commercial Items (Apr 2014); *FAR 52. 212-2 Evaluation-Commercial Items (Oct 2014), *FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2015), *Far 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015)* FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2015) Proposal Submission: Interested contractors are required to submit two (2) separate written documents (proposals) to the BBG. 1. A Price Proposal that states the Offeror's proposed Total annual Price based 2080 hours. Rates may be negotiated with the BBG. 2. Technical Proposal (Resume) that states in detail the Offeror's experience, qualifications 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. PLEASE NOTE: Review attached Statements of Work for any required work product samples to submit under "Evaluation Factors/Qualifications" on Statement(s) of work 3. Eligibility to work in the United States: copy of US Citizenship, work permit, photo ID and/or visa. 4. References/Past Performance (3) * 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 5. Copy of active Registration in SAM. HTTPS://www.sam.gov 6. 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 solicition number and the title of from the Statement of Work on your proposal. Questions must be submitted in writing and only via email to Patrice Abner at pabner@bbg.gov. Deadline to submit questions: August 9, 2015 (12 NOON EST) Responses to questions will be posted on August 10, 2015 by 5PM (EST) NOTE: E-MAILED QUESTIONS MUST HAVE STATEMENT OF WORK TITLE AND SOLICITATION NUMBER IN THE SUBJECT FIELD OF E-MAIL. ALL PROPOSAL SUBMISSIONS MUST BE SUBMITTED ELECTRONICALLY TO VOATESOL@voanews.com Provision at 52.212-2 -- Evaluation -- Commercial Items. (Oct 2014) The Government will award a Multiple Award 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 as listed under Evaluation Factors/Qualifications on the Statements of Work Factor #2 - Price Factor #3 - Past Performance (referred to in References) 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 are deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution. ALL TECHNICAL AND PRICE PROPOSALS MUST BE SUBMITTED ELECTRONICALLY BEFORE THE CLOSING DEADLINE to: VOATESOL@voanews.com NO proposals will be accepted via mail nor fax nor by courier Proposals are due no later than Wednesday August 12, 2015 at 12 NOON (EST)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-RFP-15-010JR/listing.html)
 
Place of Performance
Address: 330 Independence Ave, SW, Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN03824449-W 20150807/150805234817-fee6744698550e177eeade227dc97f5a (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.