Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2003 FBO #0683
SOLICITATION NOTICE

R -- Administrative Management Support Services for VOA TV

Notice Date
10/9/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
 
ZIP Code
20237
 
Solicitation Number
BBGCON0304S5417-KSH
 
Response Due
10/24/2003
 
Archive Date
11/7/2003
 
Point of Contact
Karen Harper, Contracting Officer, Phone 202-205-9030, Fax 202-260-0855,
 
E-Mail Address
krose@ibb.gov
 
Description
PROFESSIONAL, ADMINISTRATIVE, AND MANAGEMENT SUPPORT SERVICES. SOLICITATION NO. BBGCON0304S5417. (i) 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. (ii) SOLICITATION NUMBER BBGCON0304S5417 IS ISSUED AS A REQUEST FOR PROPOSAL (RFP) AND A CONTRACT WILL BE AWARDED USING THE CONTRACTING BY NEGOTIATION PROCEDURES. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15, dated August 25, 2003. (iv) This is a full and open procurement to provide administrative, management support services under NAICS 561110. (v) The Contractor shall be required to perform the following tasks: CONTRACT LINE ITEMS (CLIN) 1: Provide on-going advisory and assistance services to facilitate the development of the Agency's television initiatives. The Contractor's recommendations shall result in the BBG's ability to accommodate greater demand for high quality television programming. (CLIN) 2: Develop recommendations to establish network news gathering and production. (CLIN) 3: Critique and document assessment of existing TV programs as determined by the BBG Representative. (CLIN) 4: Develop templates for new TV initiatives, including set design as specified herein. Qty (1) job; (vi) The Broadcasting Board of Governors (BBG), International Broadcasting Bureau's (IBB) has a requirement for Administrative Management Services in support of the Voice of America's (VOA's) television programs. Contractor shall provide specialized and timely non-personal "advisory and assistance" services, including analytical services, to support the BBG in the development of a plan to reorganize its existing resources to efficiently create and produce broadcast quality original VOA TV programs and improve existing TV programs, and make recommendations on how to establish a network and news gathering and production infrastructure, as determined by the BBG, under the auspices of the IBB Director, or his designee, as may be necessary (hereinafter referred to as the "BBG Representative"), in Washington, DC and/or at other locations as may be determined by the BBG Representative. The Contractor may also be required to make recommendations in other areas such as the development of requirements for a server-based feed, edit, production and archiving system. These specialized services shall include, but are not limited to crating new television program concepts and formats, set design, staffing requirements, system-wide centralized assignment desk, system-wide electronic news gathering, videotape package production, broadcast quality show production techniques, and ongoing critiques of overall air product. 1. CONTRACT DELIVERABLES: (a) Prepare and submit written recommendations for proposed modifications to the existing TV structure; (b) Provide a written assessment of needs and requirements for a system-wide central server; (c) Provide written critiques of existing TV programs; and (d) Provide templates and/or visuals for new TV initiatives; 2 DELIVERY SCHEDULE: (a) draft deliverable documents/visuals within 30 to 45 calendar days after each individual specific task is assigned by the IBB/VOA Director or his representative; (b) revised draft deliverable documents/visuals within 7 working days after the Government's review and written comments on each draft deliverable documents/visuals; (c) final deliverable documents/visuals within 4 working days after Contractor's receipt of the Government's written review comments. 3. REQUIRED CONTRACTOR CAPABILITIES: (a) Demonstrated international news and talk show experience with one or more major U.S. news network, including start-up new operations. Must have professional experience in news management (editorial, technical, and production); (b) Professional experience at the network level for re-launching existing programming to include, but not limited to, critiquing, reformatting, enhanced production value, and re-casting talent; (c) Demonstrated experience working for a government agency; (d) Knowledge of foreign affairs, including international research, polling experience and understanding how it relates to foreign policy. Experience must include producing TV programming in foreign languages; and (e) must provide at least 3 readily available verifiable references within 2 days after being contacted. 4. GOVERNMENT REVIEW AND ACCEPTANCE: The Government will review all Contractor submittals and if appropriate will provide written comments/approval to the Contractor within 10 calendar days after BBG's receipt of each deliverable unless a different review period is required for any given deliverable or document. For this project the Contractor shall submit all deliverables and reports in the format specified by the Authorized Representative to the Contracting Officer (AR/CO). After the Contractor has received the Government's comments on the draft deliverable, the Contractor shall make the necessary changes and shall resubmit the final deliverable to the AR/CO. Work will be conducted at the BBG Headquarters, located at 330 Independence Ave., SW, Washington, DC 20237 or other locations as designated by the BBG representative. Interested Offerors shall have qualified personnel that have the functional background, skills and abilities to perform the required services. (vii) The period of performance will begin on or about November 1, 2003 for a period of one year. Contractor shall submit invoices for payment on a monthly basis. Delivery terms and point: FOB Destination, Washington, D.C. (viii) The provision at FAR 52.212-1, "Instruction to Offerors--Commercial Items" applies to this solicitation. Offerors responding to this solicitation shall submit the following items to the contracting officer: [1] Staffing of Qualified Professionals: Resumes, experience and projected work assignment; Offerors are expected to identify team members who will support BBG for the duration of this project; [2] Narrative and detailed information on project plan and schedule; [3] Detailed information on past performance, including recent (within last 3 years from date of this notice) and relevant contracts for similar services and other references including contract numbers, points of contact with telephone numbers, email addresses and other relevant information; and [4] Price for the above listed CLINS. (ix) 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, past performance and other factors in the solicitation. When combined, technical evaluation factors are significantly more important than cost or price. The following factors and possible points shall be used to evaluate proposals: a. Price (35 points); b. Staffing of Qualified Professionals (30 points); c. Project Plan and Schedule (20 points); and Past Performance (15 points). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, "Offeror Representations and Certifications--Commercial Items" with its offer. Proposals must also include Contractor's DUNS Number, prompt payment terms and correct remittance address, if different from mailing address. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice. (xi) The clause at 52.212-4, "Contract Terms and Conditions--Commercial Items" applies to this acquisition with no addenda to the clause. (xii) FAR Clause 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items" applies to this solicitation as well as the following clauses contained within FAR Clause 52.212-5: 52.222-21, "Prohibition of Segregated Facilities"; 52.222-26, "Equal Opportunity (E.O. 11246)"; 52.222-35, "Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible 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 Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, 13129)"; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)"; (xiii) There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices; (xiv) The Defense Priorities and Allocations System (DPAS)and assigned rating is not applicable to this acquisition; (xv) No CBD numbered notes apply to this procurement. (xvi) 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 authorized to bind the organization. Oral proposals will not be accepted. Questions must be submitted in writing to the Contracting Officer at the email address or facsimile number provided at the end of this notice. Please note that the deadline for submission of questions is 2:00PM, Eastern Standard Time, on October 15, 2003. Proposals may be faxed to (202) 260-0855. Proposals are due at the Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 2529, Washington, D.C. 20237 on October 24, 2003 at 2:00PM, Eastern Standard Time. (xvii) Contact: Karen S. Harper, Contracting Officer, Telephone: (202) 205-9030, Facsimile: (202) 260-0855, email: kharper@ibb.gov. All responsible sources may submit an offer that will be considered by the Agency.
 
Place of Performance
Address: Broadcasting Board of Governors, International Broadcasting Bureau, Voice of America TV, 330 Independence Ave., SW, Washington, DC
Zip Code: 20237
 
Record
SN00450112-W 20031011/031009213012 (fbodaily.com)
 
Source
FedBizOpps.gov 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.