Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2016 FBO #5245
SOLICITATION NOTICE

R -- BBG Radio Programming Consultant - SOW - BBG50-R-16-0030AM - Attachment B Past Performance

Notice Date
4/1/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting 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-16-0030AM
 
Archive Date
5/3/2016
 
Point of Contact
Alisa Martine, Phone: 202-203-4176
 
E-Mail Address
amartine@bbg.gov
(amartine@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment B RFQ BBG50-R-16-0030AM SOW Broadcasting Board of Governors (BBG) Office of Strategy and Development Radio Programming Advisory and Assistance Consultant (non-personal service) Synopsis: 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. This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-087, dated March 6, 2016. Solicitation No. is issued as a Request For Quote (RFQ) and a contract will be awarded using simplified acquisition procedures in FAR Part 13. The North American Industry Classification Systems (NAICS) code for this acquisition is 541611 with a small business size standard of $15M. BACKGROUND: The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. is seeking a talented individual to provide advisory and assistance services to the BBG in the development of radio broadcasting in Africa, specifically the Sahel, French-speaking Africa, English-speaking Africa, and other regions should the need arise. The main focus of the work will be to recommend and implement plans and methods to pursue FM and Medium Wave broadcasting in the area targeted at a young audience to support the The Office of Strategy and Development department of the BBG as described in titled "Statement of Work (SOW)". The Government anticipates awarding a Blank Purchase Agreement under this Solicitation on/or about on April 25, 2016 and no later than April 29, 2016 for the requested services. The Period of performance of the BPA shall be effective May 1, 2016 - April 30, 2017 with the option to extend for an additional twelve (12) month period at the sole discretion of the BBG. There is no projected minimum or maximum known at this time. The Contractor shall submit a monthly invoice electronically for services provided the preceding month in accordance with the Prompt Payment Act. The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instructions 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 their ability and experience in providing the required services. Proposal Submission: Interested independent contractors are required to submit two (2) separate written documents (proposals) to the BBG. Offeror's minimum proposal shall include but not be limited to: 1. Price Proposal -that states the Offeror's proposed price per hour that may be negotiated with the BBG. 2. Technical Proposal -The Offeror shall provide their capability statement that includes work experience, education experience and specialized training necessary to provide the required services under this solicitation. (Resume/CV) that states 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. 3. Copy of US Citizenship, work permit, photo ID and/or visa. 4. References -from (three) sources (please include contact name; address; phone number; email and a brief description of the type of services provided). 5. Copy of active Registration in SAM.gov. HTTPS://www.sam.gov *The BBG intends to award a single Blank Purchase Agreement resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will provide the best value to the Government, based on technical, past performance, and price. When combined, technical evaluation factors are significantly more important than cost/price. All deliverables outlined in the attached Statement of Work shall not be subcontracted to other individuals or entities. THE FOLLOWING EVALUATION AND PAST PERFORMANCE FACTORS LISTED IN ORDER OF IMPORTANCE MUST BE ADDRESSED IN THE INTERESTED OFFERORS' TECHNICAL AND PRICE QUOTES AND THE GOVERNMENT WILL USE THESE FACTORS TO EVALUATE THE OFFERORS' SUBMISSIONS: 1) The offeror must illustrate its understanding of the requirement and its ability to provide the required advisory services. The offeror shall submit a brief description of its company's business and provide a company point of contact including address, e-mail address, telephone number, fax number and if applicable, the company's web-page address. (Technical Approach); 2) The Offeror shall have demonstrated past technical qualification of the development of radio broadcasting in Africa or performing work similar to that set forth in the SOW. The Offeror shall include recent examples (within the past three (3) years) demonstrating its experience in advisory services in the BBG's preferred area of interest required under this solicitation to Governmental and/or commercial customers. Examples provided should be of the same and/or similar services specified herein. (Experience) Offerors shall use Attachment B - Past Performance References to submit their past performance references. (Past Performance) and 3) A Separate Price Proposal showing a price breakdown for the services under solicitation. Offerors are cautioned that failure to address each of the above evaluation factors may deem their proposal unacceptable. 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 AWARD. 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: I. CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer shall 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) 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-Aside (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 Encouraging Contractor Policies to Ban Text Messaging while 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) Proposals shall be in writing and must be signed by an official authorized to bind the organization. Please note that questions must be submitted in writing to Alisa Martine by email (amartine@bbg.gov) and received before the deadline of 12:00 p.m., Eastern Daylight Time on April 7th, 2016. Technical Proposal shall be submitted as one (1) document and Price Proposal shall be submitted as one (1) separate document. All proposals must be sent via email before April 18, 2016, at 12:00PM, Eastern Daylight Time. Contact: Alisa Martine, Contracting Officer, email: amartine@bbg.gov 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-16-0030AM/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN04070266-W 20160403/160401234321-89412355630945ba245ce147371ab4b8 (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.