Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2012 FBO #3893
MODIFICATION

R -- VOA -News Minute

Notice Date
7/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
515111 — Radio Networks
 
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
BBG50Q00221
 
Archive Date
8/9/2012
 
Point of Contact
Cheryl Peters, Phone: 202-382-7866, Alisa Martine, Phone: 202-203-4176
 
E-Mail Address
cpeters@bbg.gov, amartine@bbg.gov
(cpeters@bbg.gov, amartine@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: BBG50-Q-00221 Posted Date: July 13, 2012 Original Response Date: July 23, 2012 Revised Response Date: July 25, 2012 Contracting Officer Address: Broadcasting Board of Governors (BBG) Attn: Cherylynn Peters, Contracting Officer Room 4032A 330 C Street, S.W. Washington, DC 20237 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 separate WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number BBG50-Q-00221 is issued as a request for proposal (RFP) for the acquisition of Broadcasting Services, in support of the Broadcasting Board of Governors (Voice of America) 330 Independence Avenue, Washington, D.C., 20237. The period of performance shall consist of a Base period of seven (7) months, with one, (1) year option period. This acquisition is being solicited as Full and Open Competition. The associated NAICS code for this procurement is 515111. The Government intends to award a Single Firm-Fixed Price contract but reserves the right to make multiple awards as a result of this solicitation. APPLICABILITY OF FAR PROVISIONS: The incorporated provision at 52.212-1, Instructions to Offerors- Commercial Items (JUN 2008) applies. The provision at 52.212-2, Evaluation Commercial Items (JAN 1999) applies to this solicitation. Offerors must include a copy of 52.212-3 (AUG 2009) with the proposal. The Clause 52.212-4, Contract Terms and Conditions – Commercial Items (JUN 2010) applies to this solicitation. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Item (JUL 2010), applies to the acquisition. Provision at 52.204-6, Data Universal Numbering System (DUNS Number) (APR 2008) applies. The Clause 52.204-7, Central Contractor Registration (APR 2008) 4.1104 also applies. All offers must be signed. Offers shall include: Company Name; Company Address, Tax Payer ID Number, DUNS Number, a list of three references with telephone numbers. FAR 52.252.1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); SUBMISSION OF PROPOSALS : Documents submitted in response to this solicitation must be fully responsive to and consistent with the requirements of the solicitation. Failure to comply with all the requirements of the solicitation may result in the offer being considered unacceptable for award. Offers are due no later than 4:00 p.m. EST on Monday, July 23, 2012 via FedEx or other mail carriers of delivery to the address shown above. NO FAX OR EMAIL PROPOSALS will be ACCEPTED. July 20, 2012: The deadline for receipt of all proposals has been extended to Wednesday, July 25, 2012 at 4:00p.m. EST via FedEx or other mail carriers of delivery to the address shown above. NO FAX OR EMAIL PROPOSALS will be ACCEPTED. ADDITIONAL INFORMATION: TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. PAST PERFORMANCE: The offeror shall submit three (3) past performance examples of current or previous contracts within the past three (3) years immediately preceding the issuance of this solicitation to be considered recent. Past performance information must include name of agency serviced or being serviced, name, telephone number and email address of agency point of contact; contract number, value of contract, nature of work performed, and the period of performance. Offerors are advised that the Government may use past performance information obtained from centralized past performance databases and sources other than those identified by the offeror and the information obtained may be used for both the responsibility determination and the best value decision. The absence of past performance data will be rated neither favorably nor unfavorably. Contracts listed may include those entered into with Government agencies or private sectors. For contractors with no relevant corporate past performance, the Government may take into account information regarding the past performance of predecessor companies, key personnel with relevant past performance. QUESTIONS: If the offeror is uncertain as to any requirements of the specification(s), such questions shall be directed to the Contracting Officer. Questions shall be submitted via email to cpeters@bbg.gov & amartine@bbg.gov. Questions must be received no later than 1:00 p.m. (EST) on Wednesday, July 18, 2012. Questions, which are not submitted in writing or are submitted after 1:00 p.m. (EST) on Wednesday, July 18, 2012, will not be addressed. Responses to the questions submitted, if/as appropriate, will be responded to via an amendment to the solicitation only, which will be posted to FEDBIZOPPS. The QUESTIONS deadline has been extended through Thursday, July 19, 2012 at 1:00p.m.(EST). Questions, which are not submitted in writing or are submitted after 1:00p.m. (EST) on Thursday, July 19, 2012, will not be addressed. Responses to the questions submitted, if/as appropriate, will be responded to via an amendment to the solicitation only, which will be posted to FEDBIZOPPS. SPECIFICATIONS/STATEMENT OF WORK: The Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Office of Strategy and Development (OSD), is seeking one or more popular television Networks in Pakistan with nationwide coverage – terrestrial, direct-to-home satellite or cable – to broadcast a 60-second program tentatively titled, “NewsMinute.” The Network shall broadcast the program at the same fixed time five nights weekly (Monday-Friday), with the airing not varying more than two minutes from the time agreed upon, between 8pm and 11pm local (Pakistan) time. BBG is authorized to produce this program in any way it sees fit, so long as it does not violate the laws of Pakistan. The Network retains the right to recommend changes to the program content so that BBG may make a program or segment more balanced and in accordance with the laws of Pakistan. Network shall broadcast the program in its entirety, without alteration, abridgement or excerption. However, Network shall have the right to determine whether the program is in accordance with the laws of Pakistan. Program shall be transmitted by BBG via satellite or Internet/FTP – with technical details of the transmission to the Network(s) and feed transmission times to be mutually agreed upon. Each party shall identify points of contact to discuss any alteration of the program's scheduled playback, or other technical or administrative details in advance. Proposals shall include an estimate of the Network’s total audience at the proposed scheduled playback time. Such estimates shall be from a recognized commercial research firm, and Network shall provide documentation to support such estimates. BBG reserves the right to make multiple awards; offers submitted shall be valid for 60 days from submission. Offers may include proposals for more than one fixed playback time. BBG may choose Network(s) and playback time(s) that best suits its needs. Payment from BBG shall be in arrears, net 30 days upon proper invoice. Effective date for this procurement shall be Monday, August 6, 2012. Duration of this procurement shall be seven months, ending March 1, 2013, with one (1) option year period beginning March 2, 2013 and ending March 1, 2014. A sample program is viewable at: http://youtu.be/qecEoB2yTxc EVALUATION CRITERIA: The Offeror shall submit a proposal that delineates its technical ability and relevant expertise to perform the work described in the Statement of Work (SOW). Networks with the highest audience reach will receive favorable consideration. The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability based on Reach, Ratings, Time and Experience. (ii) Price (iii) Past Performance Offers will not be accepted from agents; from principals only. Technical and Past Performance when combined, are equal to cost. Price evaluation will be based on price reasonableness and fairness. RELEVANT EXPERIENCE : The Offeror shall list its experience with supporting documentation. BASIS OF AWARD: The award will be made to the vendor(s)/contractor(s) whose offer is determined to be the best overall value to the Government, price and other non-cost factors will be considered. BASE PERIOD : August 6, 2012- March 1, 2013. Duration of this procurement shall be seven months, ending March 1, 2013, with one, (1) year option period beginning March 2, 2013 and ending March 1, 2014. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2012-07-19 15:37:40">Jul 19, 2012 3:37 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2012-07-20 14:50:02">Jul 20, 2012 2:50 pm Track Changes SOLICITATION QUESTIONS JULY 19, 2012: 1. If the applicant is neither the channel itself nor owns a channel, but it will acquire airtime on a channel to air the BBG supplied content, will the applicant be considered the principal? NO 2. If the applicant is an authorized representative of a channel for airtime acquisition (authorization can be furnished from the channel by applicant and independently verified by BBG), will the applicant be considered the principal? NO 3. If the applicant is an affiliate of a channel using the brand name and content in territories other than Pakistan (proof of affiliation can be furnished by applicant from the channel and independently verified by BBG), will the applicant be considered the principal? YES 4. Tax Payer ID Number is issued from US Government. What is the applicant is a non-US firm? If applicant is non-US firm, the applicant can be exempt from Tax Payer ID as long as the work is being performed outside of the U.S. 5. If the applicant is a new organization, it may take time to fulfill requirements for DUNS registration. Can DUNS registration be provided later on, but before entering into the contract? YES
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50Q00221/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN02810343-W 20120722/120720235418-e9f9a4300a4f3750d81d238a8b3db82c (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.