COMMERCE BUSINESS DAILY ISSUE OF JUNE 26, 2001 PSA #2880
SOLICITATIONS
R -- ADMIN. & MGMT. SUPPORT FOR VARIOUS IBB JOURNALIST TRAINING EFFORTS
- Notice Date
- June 22, 2001
- Contracting Office
- Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts (CON), 330 C Street, SW, Room 2500, Washington, DC 20237
- ZIP Code
- 20237
- Solicitation Number
- BBGCON1301S5219-BJS
- Response Due
- July 10, 2001
- Point of Contact
- POC Contracting Officer Barbara Sesky (202) 205-8597.
- E-Mail Address
- Click here to contact the contracting officer via (bsesky@IBB.GOV)
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR 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. SOLICITATION NO. BBGCON1301S5219-BJS IS ISSUED AS A REQUEST FOR PROPOSAL (RFP) AND A CONTRACT WILL BE AWARDED USING THE CONTRACTING BY NEGOTIATION PROCEDURES. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 dated May 16, 2001. This is a full and open procurement for Administrative and Management Support Services under NAICS 561110. The Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), has a requirement, contingent upon availability of funding, for a contractor to provide administrative and management support services for the HIV/AIDS Broadcasting project and the development of a computer-based training tool for journalists on health reporting. All work shall be done in accordance with the United States Agency for International Development (USAID) and BBG/IBB Inter-Agency Agreement Number 595. Contractor shall be responsible for providing the requirements under the following: CONTRACT LINE ITEM (CLIN) 1: Develop guidelines and procedures to be distributed to all staff participating in the project; develop forms where needed for collecting and tracking data; CLIN 2: Develop project budget, time lines, goals and objectives, and benchmarks for efficient project implementation; CLIN 3: Coordinate programming activities among the Voice of America (VOA) language services involved in the project; CLIN 4: Consult on the development and implementation of projects implemented by language services and for the computer-based training project to ensure compliance with the terms of the project, or provide support when requested; CLIN 5: Provide timely progress reports detailing effort to achieve approved project goals; CLIN 6: Develop and draft budget reports detailing various aspects of the project as required; CLIN 7: Conduct research on emerging trends and issues in HIV/AIDS for use by the project to enhance, augment and develop targeted VOA programming; CLIN 8: Write and disseminate an electronic newsletter to facilitate general communications with project participants, such as issues, what works, resources, acknowledgements, notices, etc.; CLIN 9: Prepare and distribute resources, background materials, and other information (other than electronically) to staff involved in the project to support broadcasting of appropriate and timely health messages; CLIN 10: Brief and de-brief project reporters and staff about current issues and trends, their progress, barriers, concerns, travel and other aspects of their work. Document data from the briefings and de-briefings; CLIN 11: Conduct instructional seminars and planning sessions on effective health reporting; CLIN 12: Consult on public relations projects or new initiatives; CLIN 13: Plan and implement periodic "What Works in Health Reporting" seminars among VOA reporters and other identified participants; CLIN 14: Design, produce, and implement promotional collateral materials, such as tee shirts, calendars, etc., to advance project goals and objectives; CLIN 15: Develop and implement distribution plans for materials as needed. The term of the contract shall be for a one-year period from date of contract award and, at the Government's option, may be extended for two additional one-year periods depending upon the availability of funding. Delivery terms and point: FOB Destination, Washington, DC. Interested sources that are capable of performing the above requirements should submit a capability statement. Offerors shall have demonstrated ability and experience in performing administrative and management support services. The provision at FAR 52.212-1, Instruction to Offerors -- Commercial Items is hereby incorporated by reference. Offerors are reminded to identify and submit their DUNS Number with their proposal. Offerors responding to this solicitation shall submit the following items to the contracting office: 1. Technical proposal with narrative of understanding of requirement as noted above. 2. Narrative with detailed information on past performance explaining ability to meet this requirement. 3. Price for the above contract line items. 4. A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Proposals must also include Prompt Payment Terms and correct remittance address if different from mailing address. FAR provision 52.212-2, Evaluation of Commercial Items applies to this acquisition. The Government will award a firm-fixed price (FFP) contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based on price and past performance. The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, including subparagraphs (b) (3, 6, 7, 8 and 9); and FAR 52.232-18, Availability of Funds. Failure to provide any of the above items 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 authorized to bind the organization. Oral proposals will not be accepted. Proposals may be faxed to (202) 260-0855. Proposals must be received by the Contracting Officer on or before 11:00 a.m.,Eastern Daylight Time on July 10, 2001, at the Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Room 2515, Washington, DC 20237. Contact Barbara Sesky, Contracting Officer, Telephone: (202) 205-8597, Facsimile: (202) 260-0855, E-Mail: bsesky@ibb.gov. All responsible sources may submit an offer, which will be considered by the Agency.
- Record
- Loren Data Corp. 20010626/RSOL009.HTM (W-173 SN50P7Z0)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on June 22, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|