Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2014 FBO #4460
SOLICITATION NOTICE

R -- Producer - Statement of Work

Notice Date
2/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512191 — Teleproduction and Other Postproduction Services
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
BBG50-Q-14-V00100444TE
 
Archive Date
3/8/2014
 
Point of Contact
Theresa D. Elliott, Phone: 202-382-7841
 
E-Mail Address
thelliott@bbg.gov
(thelliott@bbg.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR Clause 52.213-4 Terms and Conditions--Simplified Acquistions (Other Than Commercial Items) Statement of Work Multi Media Specialist: Producer - Direct live or recorded program(s) - Create, publish, and edit multi-media content 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. This combined synopsis/solicitation is issued as a Request for Proposals (RFP) to establish a Non-Personal Services Contract. There will be a guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized Call Orders placed against the resulting Non-Personal Services Contract. The Government intends to award this Non- Personal Services Contract; however, the Government reserves the right not to award this Non-Personal Services Contract. Any resultant Non-Personal Services Contract will be for one year. The Broadcasting Board of Governors, Office of Contracts intends to establish a Non-Personal Services Contract for Multimedia services as described in further detail below for the Africa Division (Production Unit) in Washington D.C. (See attachment A). This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13. SAM: System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION). NAICS Code: The North American Industry Classification System (NAICS) code for this acquisition is 512191with a small business size standard of $29.5M in average annual receipts for the past 3 years. Please identify your business size in your response based upon this standard. This requirement will be a 100% Total Small Business. Period of Performance: One Year from Date of Award Contract Type: Firm- Fixed Price Time of Performance: VOA is a 24/7 news/ program operation and the schedule will vary depending on the need of the government. The program manager will make determination at the time of award. Applicable Clauses: **52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. *FAR clause 52.213-4, Contract Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items), applies to this acquisition. (see attached) Applicable Provisions: See below Proposal Submission: Interested independent contractors are required to submit two written documents (price & resume) to the BBG. 1. A Price Proposal that states the Offeror's proposed annual Total Price based on a 2,080 hours work-year that will be negotiated with the BBG. 2. Technical Proposal (Resume) that states the Offeror's resume/curriculum vitae and evidence of the Offeror's pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed. 3. Copy of US Citizenship, work permit, photo ID and/or visa. 4. References (three) 5. Copy of active CCR Registration in SAM. HTTPS://www.sam.gov 6. In the event offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications - Commercial Items) with its offer. This provision can be found at the following website https://www.acquisition.gov/Far/; if requested by an offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer. To ensure consideration for the intended position, please reference the solicitation number and title of the position on your proposal. Proposal must be submitted electronically to thelliott@bbg.gov. The due date is Friday, February 21, 2014 at 12PM EST. All proposals as well as inquiries should be sent electronically to Theresa Elliott @ thelliott@bbg.gov Contracting Office Address: 300 C St. SW Switzer Bldg. Rm. 4300 Washington DC 20237 United States Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a Blanket Purchase Agreement resulting from this solicitation to the responsible offeror 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: EVALUATION FACTORS Factor #1 - Technical ability to include work experience, education and specialized training Factor #2 - Price Factor #3 - Past Performance Basis for Award The procurement is being conducted under FAR Part 13. Best value is defined as the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101. The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should submit its best terms in the initial proposal. The Government may also determine to make no award. Only one offeror will be selected who is deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution. NOTE: All questions regarding this solicitation are due by Noon on February 13, 2014. Responses to questions will be posted by February 20, 2014. E-mail questions to thelliott@bbg.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-V00100444TE/listing.html)
 
Place of Performance
Address: Broadcasting Board of Governors, Voice of America, 330 Independence Ave., SW, Room 1718, Africa Division, Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN03284456-W 20140209/140208000403-0e0753aa7385ee8b9534ff70d6a698e6 (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.