MODIFICATION
R -- VOA Thai Service -Multimedia Production Combination Journalist/Producer (TV-Video, Radio, Web, and Mobile)
- Notice Date
- 6/9/2014
- Notice Type
- Modification/Amendment
- NAICS
- 711510
— Independent Artists, Writers, and Performers
- 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-R-14-0035
- Archive Date
- 9/30/2014
- Point of Contact
- Patrice Abner, Phone: 000-000-0000, Alisa Martine, Phone: 000-000-0000
- E-Mail Address
-
pabner@bbg.gov,
(pabner@bbg.gov, ontract)
- Small Business Set-Aside
- Total Small Business
- Description
- MOD 001-Correction Under Proposal submission - item 2 Price Proposal Total Price Hours based on 2080 hours, Corrected from 552 per annum to 2080 hours per annum All else remains the same _________________________________________________ THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM 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 Blank Purchase Agreement (BPA). There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement. The Government intends to award a Blanket Purchase Agreement. Any resultant Blank Purchase Agreement will be for one year. (ii) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates establishing one (1) Blanket Purchase Agreement for Multimedia Combination Services (Journalist/Producer) described in the attached Statement of Work (SOW) for the Voice of America's East Asia and Pacific Division -Cantonese Service, in Washington, DC. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13. (iii) The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7,000,000 in average receipts for the past three (3) years. This is 100% total small business set-aside. (iv) The period of performance will begin on or about June 27, 2014 through June 26, 2015 (one year from date of award). (v) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services. (vi) The Government will award a Commercial Item, Firm-Fixed-Price, Blanket Purchase Agreement resulting from this RFP to the responsible offeror(s) whose offer conforming to the RFP will be most advantageous to the Government, based on technical, past performance, and price in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. v ii) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows: I. CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. Proposal Submission: Interested contractors are required to submit two (2) separate written documents (proposals) to the BBG. 1) Technical Proposal - The Offeror shall provide their resume/Curruliam Vitae that includes work experience, education and specialized training. The Offeror must be able to demonstrate proficiency in writing and speaking Thai and English within the technical proposal. Please refer to the attached Statement of Work (SOW) for the Scope of Work description and the expertise sought under this solicitation. NOTE: Samples of journalism expertise, translation expertise and voicing skills are to be provided with technical proposal. Please provide no more than 3 samples. Written samples are to be provided in Microsoft Word format. Audio/visual samples may be provided in avi format or web format. The technical Proposal (resume) includes 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. a) Past Performance References - The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the references with the following information: (i) reference's name and address, email and telephone number of contact person (Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.) 2) Price Proposal : Offeror shall provide a Price Proposal that states the Offeror's proposed annual Total Price based on a 2080 (CORRECTED TO 2080 hours on MOD 001 as of June 9, 2014) hours work-year that will be negotiated with the BBG. 3) Copy of US Citizenship, work permit, photo ID and/or visa. 4) Copy of active CCR Registration in SAM. HTTPS://www.sam.gov a) 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. In addition, the offeror must agree to undergo a security background check. The security background check also includes key personnel listed in proposal. If the contractor fails to pass a security background check, the contract shall be terminated. To ensure consideration for the intended position, please reference the solicitation number on each of your proposals. The contract labor categories are considered professional labor and creative services and generally exempt from the Service Contract Act. EVALUATION FACTORS Used to determine the competitive ranking of qualified applicants in comparison to other applicants. The factors are listed in priority order from highest to least. 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. A single 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. 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. Questions must be submitted in writing and only via email to Patrice Abner at pabner@bbg.gov. Oral questions will not be answered nor addressed. Written questions must be submitted before June 10, 2014 at 4PM(EST) Responses to questions will be posted on June 11th, 2014. ALL TECHNICAL AND PRICE PROPOSALS (including samples) MUST BE SUBMITTED EITHER ELECTRONICALLY OR HAND CARRIED/DELIVERED OR VIA COURIER BEFORE THE CLOSING DEADLINE to: Proposals are due to Patrice Abner, Contracting Officer, Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW; Suite 4007; Washington, DC 20237. E-mail address to submit electronically is pabner@bbg.gov NO ORAL OR FAXED PROPOSALS WILL BE ACCEPTED ALL PROPOSALS MUST LIST THE SOLICITATION NUMBER (BBG50-R-14-0035) IN ADDITION, ELECTRONIC PROPOSALS MUST HAVE THE SOLICITATION NUMBER WITHIN THE SUBJECT LINE OF THE ELECTRONIC SUBMISSION
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0035/listing.html)
- Place of Performance
- Address: 330 C Street, SW, Suite 4007, Washington, District of Columbia, 20237, United States
- Zip Code: 20237
- Zip Code: 20237
- Record
- SN03388898-W 20140611/140609234135-27e918c09ff73105e3176f73894e7ddb (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 |