SOLICITATION NOTICE
D -- Affiliate Storefront - Attachment 1/ SOW Affiliate Storefront
- Notice Date
- 3/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- 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 4300, Washington, District of Columbia, 20237, United States
- ZIP Code
- 20237
- Solicitation Number
- BBG50-Q-10-030810
- Archive Date
- 3/18/2010
- Point of Contact
- Rachel E Johnson, Phone: 202.382-7847, Gary C Hosford, Phone: 202.382.7843
- E-Mail Address
-
rjohnson@bbg.gov, ghosford@bbg.gov
(rjohnson@bbg.gov, ghosford@bbg.gov)
- Small Business Set-Aside
- N/A
- Description
- Affiliate Storefront SOW dated 2/24/2010 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: (i) 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) This Solicitation Number BBG50-Q-10-030810 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 pilot web based media asset management & distribution system to enable affiliates to syndicate content worldwide. (iii) This is a combined synopsis/solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-038 dated December 10, 2009. (iv) The Contracting Officer (CO) has found and determined that the nature of the supplies to be provided is appropriate for an "unrestricted" procurement. (v) The Contractor shall provide the following items - Contract Line-Item Number (CLIN) No. 1: Develop Media Asset Management & Distribution "Pilot" System; CLIN No. 2: Training & 24/7 Technical Support; and Optional CLIN No. 3: (unpriced) for Implementation throughout VOA. (vi)The CLINs required above are described as follows: CLIN No. 1: Develop a pilot web based media asset management and distribution system for affiliates located worldwide to login and download full range of digital content for web and broadcast utilization, as well as, to support IBB in developing new ways to syndicate content worldwide; and CLIN NO. 2: Initial Training for 2 Language Services with 24/7 Technical Support. Additional details for the above CLINs can be found on attached SOW dated February 24, 2010. (vii) CLIN No. 1 & 2 shall be duration of 3 months performance period. Optional CLIN No. 3 shall be for one-year duration; with 4 additional option periods. (viii) The provision at FAR Subpart 52.212-1 [Instructions to Offerors - Commercial Items] applies to this acquisition. (ix) 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 significantly 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: (a) compliance with the technical requirements specified herein, (b) established international clientele exposure with experience developing UTF-8 compliant systems and (c) reputable leader in areas of media asset management & IP distribution. (x) Offerors shall submit 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. (xi) FAR Clause 52.212-4 [Contract Terms and Conditions -- Commercial Items] applies to this acquisition. (xii) 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)]. (xiii) The Offeror shall note that CLIN No. 1 and 2 shall be priced on a firm-fixed price. The Contractor's proposed prices shall include wages, overhead, general and administrative expenses, and profit. CLIN No. 3 is unpriced. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this acquisition. (xv) No numbered notes apply to this acquisition. (xvi) Offerors shall submit two (2) original 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 CLIN No. 2 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 March XX, 2010 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. (xvii)Information regarding this combined synopsis/solicitation can be obtained by contacting the Contracting Officer, Ms. Rachel E. Johnson, at (202) 382.7847, or via e-mail at rjohnson@ibb.gov. Any Offeror may submit an offer, which shall be considered by the BBG.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-10-030810/listing.html)
- Place of Performance
- Address: Broadcasting Board of Governors, Office of Contracts (M/CON), Switzer Building - Room 4306, 330 “C” Street, SW, Washington, District of Columbia, 20237, United States
- Zip Code: 20237
- Zip Code: 20237
- Record
- SN02085460-W 20100310/100308234311-128d2b0fbfb07c0aa1028f886b3d7db1 (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 |