Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2008 FBO #2432
DOCUMENT

D -- Development of a Dynamic Learning English Website - English website Objectives Attachment

Notice Date
7/22/2008
 
Notice Type
English website Objectives Attachment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, District of Columbia, 20237
 
ZIP Code
20237
 
Solicitation Number
BBGCON-0408-S6755
 
Archive Date
8/27/2008
 
Point of Contact
Rachel E Johnson,, Phone: 202-205-0388, Gary C Hosford,, Phone: 202-619-2946
 
E-Mail Address
rjohnson@bbg.gov, ghosford@ibb.gov
 
Small Business Set-Aside
N/A
 
Description
This Combined Synopsis/Solicitation was prepared by the U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB) pursuant to Federal Acquisition Regulation (FAR) Subpart 12.603 [Streamlined Solicitation for Commercial Items] to include the following additional information: <!--[if !supportLists]--> (i) <!--[endif]--> This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of 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) <!--[endif]--> This Solicitation Number BBGCON0408S 6755 is issued as a request for proposal (RFP), that will result in a single award of a firm-fixed-price contract using FAR Part 15 [Contracting by Negotiation] procedures to develop a dynamic Learning English web site that will be used to teach English to the Persian and Mandarin languages. <!--[if !supportLists]--> (iii) <!--[endif]--> This is a combined synopsis/solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-026 dated June 12, 2008. <!--[if !supportLists]--> (iv) <!--[endif]--> The Contracting Officer (CO) has found and determined that the nature of the supplies to be provided is appropriate for an “unrestricted” procurement. <!--[if !supportLists]--> (v) <!--[endif]--> The Contractor shall provide the following item - Contract Line-Item Number (CLIN) No. 1: Develop a fully hosted dynamic Learning English website. <!--[if !supportLists]--> (vi) <!--[endif]--> The CLIN required above is described as follows: CLIN No. 1: the dynamic Learning English website will be used to teach English to the Persian and Mandarin language speakers and it will include lessons, exercises, drills, and tests for use by learners of English as a second language in the audiences of VOA services that will version content in specific languages (i.e. Persian and Mandarin); content will also be delivered through proxy servers. See Attachment, "English website Objectives Attachment.doc" for more information. <!--[if !supportLists]--> (vii) <!--[endif]--> CLIN No. 1 shall be completed no more than 9 months after notice to proceed. <!--[if !supportLists]--> (viii) <!--[endif]--> The provision at FAR Subpart 52.212-1 [Instructions to Offerors - Commercial Items] applies to this acquisition. <!--[if !supportLists]--> (ix) <!--[endif]--> The provision at FAR Subpart 52.212-2 [ Evaluation of Commercial Items] is hereby incorporated by reference into this combined synopsis/solicitation. The below-stated technical evaluation subfactors, when combined, are more important than price in the BBG’s overall evaluation of an Offeror’s proposal. Past performance will also be considered [see FAR Subpart 15.304 (Evaluation Factors and Significant Subfactors)]. In order to help the Government in its evaluation of past performance, Offerors shall provide at least three (3) current references with valid telephone numbers of customers for similar services. The technical evaluation subfactors in descending order of importance are compliance with the technical requirements in the attached Statement of Work, ability to deliver on or before the above-stated time requirement, and provision of a list of proposed website hosting platform-as-a-service or software-as-a-service. <!--[if !supportLists]--> (x) <!--[endif]--> Offerors shall subm it a completed copy of the provision at FAR Subpart 52.212-3 [Offeror representations and certifications -- commercial items] with their proposal. This provision can be found at the following website: http://www.arnet.gov/far/; if requested by an Offeror, a copy of far subpart 52.212-3 can be obtained by contacting the contracting officer. <!--[if !supportLists]--> (xi) <!--[endif]--> FAR Clause 52.212-4 [Contract Terms and Conditions -- Commercial Items] applies to this acquisition. <!--[if !supportLists]--> (xii) <!--[endif]--> FAR Clause 52.212-5 [Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items] applies to this acquisition and incorporates the following clauses: FAR Clause 52.203-6 [Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402)]; FAR Clause 52.219-4 [Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if an Offeror elects to waive the preference, the Offeror shall so indicate in his/her proposal)]; FAR Clause 52.219-8 [Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3))]; FAR Clause 52.222-21 [Prohibition of Segregated Facilities]; FAR Clause 52.222-26 [Equal Opportunity (E.O. 11246)]; FAR Clause 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)]; FAR Clause 52.222-36 [Affirmative Action for Workers with Disabilities (29 U.S.C. 793)]; FAR Clause 52.225-1 [Buy American Act – Supplies (41 U.S.C. 10a-10d)]; FAR Clause 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, Section 7102, and 10 U.S.C. 2323) (if an Offeror elects to waive the adjustment, the Offeror shall so indicate in his/her proposal)]; Alternate I of FAR Clause 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns]; FAR Clause 52.232-18 [Availability of Funds]; FAR Clause 52.232-33 [Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332)]; FAR Clause 52.239-1 [Privacy or Security Safeguards (5 U.S.C. 552a)]. <!--[if !supportLists]--> (xiii) <!--[endif]--> The Offeror shall note that CLIN No. 1 shall be priced on a firm-fixed price. The Contractor’s proposed prices shall include wages, overhead, general and administrative expenses, and profit. <!--[if !supportLists]--> (xiv) <!--[endif]--> The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this acquisition. <!--[if !supportLists]--> (xv) <!--[endif]--> No numbered notes apply to this acquisition. <!--[if !supportLists]--> (xvi) <!--[endif]--> Offerors shall submit two (2) separate documents (proposals) to the BBG, namely: (1) a Price Proposal that states: (a) the Offeror’s proposed firm-fixed-price for CLIN No. 1 and (2) a Technical Proposal which: contains (a) a Capability Profile (b) the description of how they will complete the work (c) and past experience/performance information. Proposals are due by 2:00 p.m. local time on August 14, 2008 at the following address: Broadcasting Board of Governors (BBG), Office of Contracts (M/CON), Room 4306, Switzer Building, 330 “C” Street (SW), Washington, DC 20237, Attention: Ms. Rachel E. Johnson. Proposals may be submitted in hard copy format only (i.e., in person, U.S. Mail, or Federal Express or equivalent commercial courier service). Offerors should note that proposals submitted by e-mail or facsimile will not be considered. <!--[if !supportLists]--> (xvii) <!--[endif]--> Information regarding this combined synopsis/solicitation can be obtained by contacting the Contracting Officer, Ms. Rachel E. Johnson, at (202) 205.0388, or via e-mail at rjohnson@ibb.gov. Any Offeror may submit an offer, which shall be considered by the BBG.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7305426b8979b3136f4436b8a5b5149a&tab=core&_cview=1)
 
Document(s)
English website Objectives Attachment
 
File Name: (English website Objectives Attachment.doc)
Link: https://www.fbo.gov//utils/view?id=03809109198ecdd154fa4de27d21386d
Bytes: 38.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN01619840-W 20080724/080722223220-7305426b8979b3136f4436b8a5b5149a (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.