Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2014 FBO #4600
SOLICITATION NOTICE

R -- Daily Comprehensive Live Television Pool News Feed Service - Attachment A - Price Schedule - Atachment B

Notice Date
6/27/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519110 — News Syndicates
 
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-14-0033
 
Archive Date
8/21/2014
 
Point of Contact
Myria Carpenter, Phone: 2023827861, Herman Shaw, Fax: 202-382-7870
 
E-Mail Address
mecarpen@bbg.gov, hshaw@bbg.gov
(mecarpen@bbg.gov, hshaw@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment B Attachment A (i) 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. (ii) Solicitation No. BBG50-R-14-0033 is issued as a Request For Proposal (RFP) for a Firm-Fixed price contract that will be awarded using the contracting by negotiation procedures in FAR Part 15. (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-75, dated June 24, 2014. (iv) This is a full and open competition. The North American Industry Classification Systems (NAICS) code for this acquisition is 519110. (v) The contractor shall provide the following Contract Line Item (CLIN): The Contractor shall furnish all necessary services to provide the Agency with a daily comprehensive live television video pool news events feed service as described in the Attachment B: Statement of Work. (vi) The Broadcasting Board of Governors requires a Contractor (s) to provide a daily comprehensive live television video pool news events feed service. The events shall be from multiple sources and locations. The service shall include continuous live news event coverage from beginning to end of the event. The feeds of undetermined length shall cover major news events from both domestic and international locations, and include regular and special activities, speeches, addresses, and meetings of the President of the United States, as well as other members of the Executive Branch and Legislative Branch of the U.S. Government. These events occur throughout the day. Some are scheduled and others occur as events warrant seven (7) days a week 365 days a year. The majority of the live news event feed material shall be domestic in nature. Examples of these events include but are not limited to Presidential briefings, news conferences, speeches, addresses, Congressional hearings, Congressional news conferences, State Department and Pentagon briefings, and news conferences relating to major news events in the United States. Events outside the United States and overseas shall be included as well. See Attachment B entitled “Statement of Work” for more details. (vii) The Start of Service (SOS) date is September 28, 2014. The Base Period of the contract will be from the SOS Date and continue for 365 days (366 days in the event of a leap year). The subsequent Options, if exercised, will follow sequentially for a total contract duration not to exceed 63 months. <h4 style="mso-margin-top-alt: auto; mso-margin-bottom-alt: auto; mso-pagination: widow-orphan; page-break-after: auto;"> ( viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Interested contractors who are capable of providing these services should submit a proposal demonstrating their ability and experience in providing the required services. MANDATORY CONTRACTOR QUALIFICATIONS SHALL INCLUDE: A) The Offeror shall be regularly engaged in the preparation, production, and dissemination of a daily comprehensive live television video pool news events feed service, and must be regarded by the broadcast industry as a competent reliable source of news material; B) The Offeror shall possess sufficient financial background and organization to insure satisfactory and timely performance. The Offeror shall have established an acceptable record in the past for completion of contracts of similar character and content; C) The Offeror must be capable of demonstrating that it is currently engaged in the coverage and dissemination of live news event television news coverage in Washington, DC, across the United States and around the world; D) The Offeror shall be recognized in the commercial broadcast industry as a bona fide television news gathering organization, as well as being a competent and reliable source of news material and E) The Offeror shall be capable of demonstrating that it has the capability to provide the kind of live coverage described in this solicitation and the Statement of Work. OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT AT MINIMUM, THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER : 1. Offeror’s Proposal (1 original, 3 copies of Technical Proposal and 1 original, 1 copy of Price Proposal). Price data shall not be referenced in Technical proposals. The Offeror shall structure its technical proposal to convey how the Company’s experience satisfies the mandatory qualifications in a straightforward and concise manner. The technical and price proposals must addresses the factors described below in (ix). The Price Proposal must contain a copy of Attachment A entitled “Schedule Service and Price” filled out by the Offeror. 2. Offerors must supply at least five sample feeds on flash drive or DVD. Flash drives and DVDs shall be clearly labeled with the Offeror’s name, feed date, and shall reference this solicitation. Sample support material of textual advisories coverage plans, and notifications of changes, ID super information, and length of each event must also be submitted by July 18, 2014. The Agency has designated a specific recording date of July 9, 2014, for sample videos and support materials. This material should be delivered along with the technical and price proposals to the address designated in paragraph (xv) below. 3. Offeror’s supporting materials: The criteria for the sample feeds and materials are: 1. 1 live Presidential news conference from the White House or daily White House Briefing, depending on which occurs on the recording day. 2. 1 live Presidential event from overseas. If the President isn’t overseas on the recording day, then a live event of the President overseas from archival material can be submitted. 3. 1 live Senate or House hearing. If Congress isn’t in session on the specified recording date, then another live Washington, DC event can be submitted. 4. 1 live Breaking news event from the United States. The submission shall include event lists/rundowns/advisories notifications and schedules pertaining to all the events included on the “reel.” All Offerors shall supply at least four of the sample news event recordings, as specified above, with all supporting material by the specified date above. Please contact Myria Carpenter, mecarpen@bbg.gov, regarding any questions about the content provided on the sample “reels,” i.e. flash drives or DVDs. The Government plans to award without discussions, but may conduct discussions if it deems it is in the Government’s best interest. In the event that the Government conducts discussions from Offerors who are determined to be in the Competitive Range in accordance with FAR 15.307, it is the intention of the Government to conduct discussion/negotiations either via email or at the BBG Headquarters in Washington, DC. In addition, the Government reserves the right during the technical evaluation process, to conduct on-site visit(s) to the network facilities of a prospective Offeror(s) or its affiliate station(s), located in the Washington, DC Metropolitan area, during the technical evaluation process in order to evaluate important critical aspects as to how the “feeds” are delivered. (ix) The Federal Acquisition Regulation (FAR) provision FAR 52.212-2 Evaluation-Commercial Items, applies to this solicitation. The Government will award a Commercial Item, Firm-Fixed-Price, contract resulting from this RFP to the responsible Offeror (s) whose offer conforming to the RFP will best value to the Government, based on technical approach, experience, past performance and price. The Government intends to make a best value selection. All evaluation factors other than price, when combined, are significantly more important than price. THE FOLLOWING FACTORS SHALL BE ADDRESSED IN THE TECHNICAL PROPOSALS AND SHALL BE USED TO EVALUATE PROPOSALS: 1) Technical Approach : The contractor must provide a narrative detailing the approach that they will take to meet the requirement. The contractor must illustrate its understanding of the requirement and its ability to provide the required services stated herein. The technical approach factor has four (4) sub factors (a-d) that are listed as follows: a. Comprehensiveness of Live Event Feed Samples : Offeror’s sample shall consist of live event/breaking news feeds and support materials, scripts, ID super information, and length of the live feeds submitted to reflect comprehensiveness of live event and breaking news coverage and illustrate the full breadth of news events that occur in the nation’s capital on a daily basis. In addition, the Government will evaluate the speed with which an Offeror can provide a live, previously-unscheduled breaking news coverage feed. b. Content of Feed Samples : Offerors’ sample feeds will be scored on content, including but not limited to what the Government determines is of primary news importance for the sample day submitted. Editorial content of the submitted sample feeds will be evaluated to determine timeliness of advisories of impending events, the news relevance and importance of a particular live feed, and the proper editorial information provided in advance of live coverage. c. Number of Live News Event Feeds : Offerors’ sample feeds will be evaluated based on number of feeds offered per day and per week as the subject matter pertains to live event and breaking news coverage. Offerors’ submission material must state the total number of live event or breaking news coverage transmitted on sample day and supplied to its customers. d. Other Services : Offerors shall be evaluated on their ability to provide live special event coverage, and acceptable delivery method including explanation of delivery method, technology, system operation, access to archive material and any other information related details. 2) Experience : The Offeror shall provide recent examples (within the past three (3) years) demonstrating its experience in providing the services required under this Solicitation to Governmental and/or commercial customers. Examples provided should be of the same and/or similar services specified herein. 3) Past Performance : The Offeror shall have demonstrated past performance in regularly being engaged in the preparation, production, and dissemination of daily, comprehensive, live television video pool news events feed service, and must be regarded as a competent and reliable source of news material in the broadcast industry. Technical proposals shall contain detailed information on past performance and relevant contracts for same and/or similar services with a minimum of three (3) references including contract numbers, points of contact with telephone numbers and email addresses (i.e., the point of contact who can verify performance). The BBG shall evaluate the Offeror’s Past Performance pursuant to FAR 15.305(a)(2). Each Offeror’s Past Performance shall be determined to be favorable or unfavorable. 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 will not be evaluated favorably or unfavorably on past performance. THE FOLLOWING FACTORS SHALL BE ADDRESSED IN THE PRICE PROPOSALS AND SHALL BE USED TO EVALUATE PROPOSALS: Price Proposal : Offerors shall submit a separate Price Proposal showing an all-inclusive price of the Contractor’s a daily comprehensive live television video pool news events feed service, seven (7) days per week, including Federal Holidays, for the CLIN above. The prices for shall be provided in English and United States dollars. The Price Proposal must contain Attachment A entitled “Schedule Service and Price” filled out by the Offeror. The Price Proposal will be evaluated for price reasonableness and price completeness. Offerors are cautioned that failure to address each of the above technical factors (and subfactors) and price factors may deem their proposal unacceptable. Proposals which are non-conforming will be rejected at the sole discretion of the Contracting Officer. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Offerors may either submit a paper copy of FAR Clause 52.212-3 or submit this information through the System of Award Management (SAM) at HTTPS://WWW.SAM.GOV/PORTAL/PUBLIC/SAM/ PRIOR TO CONTRACT AWARD. Proposals must also include contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. THE CONTRACTOR MUST BE REGISTERED ONLINE IN THE SAM WEB SITE PRIOR TO CONTRACT AWARD. (xi) 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: SPECIAL CONTRACT REQUIREMENTS: <h4 style="margin-left:.75in; text-indent: -.5in; line-height: normal; mso-list: l0 level1 lfo2;"> 1. The Contractor shall deliver the feed and related services electronically to: <h4 style="margin-top: 0in; margin-right: 0in; margin-bottom:.0001pt; margin-left:.25in; text-indent:.5in; line-height: normal;"> <h4 style="margin-top: 0in; margin-right: 0in; margin-bottom:.0001pt; margin-left:.25in; text-indent:.5in; line-height: normal;"> Broadcasting Board of Governors <h4 style="margin-top: 0in; margin-right: 0in; margin-bottom:.0001pt; margin-left:.25in; text-indent:.5in; line-height: normal;"> VOA Television Master Control or another designated location Cohen Building 330 Independence Ave. SW Washington, DC 20237 2. TERM OF CONTRACT - The term of this contract shall be for a base period of one (1) year period effective September 28, 2014, with the option to extend the term for four (4) additional one (1) year periods, upon written notice to the Contractor in accordance with the contract terms and conditions. 3. BILLING AND PAYMENT - The Contractor is authorized to submit its invoice for payments on a quarterly basis for certification and acceptance by the COR. Note: The BBG intends to change its current invoicing procedures to an optical reading system. The Contractor may be required in the future to use a standard invoice template. Any costs associated with complying with the invoice change will be at the Contractor’s expense. 4. INVOICE ADDRESS - Invoices shall be sent to the following address: Broadcasting Board of Governors Voice of America Steven Springer, Senior Executive Producer 330 Independence Ave. SW, Room 3137-D Cohen Building Washington, DC 20237 5. CONTR A CT I NG O F F ICER ’ S R E P R E S ENTATIVE The Contr ac t i n g O f f i ce r will a ppoint b y letter a C ontr ac t i ng O f fi c e r ’ s R e p r e s e ntative ( COR) w ho will h a ve the re spons i bi l i t y of e ns u ri n g that the w o r k p e r f o rm e d b y the C o ntr ac tor c o n fo r ms t o the re quir e m e nts of the c ontr ac t and su c h ot h e r re spons i bi l i t ies a nd a uthorities a s m a y b e spe c ified in t he letter o f authori z a t i on or in th i s c o ntr ac t. I t i s un d e r s t oo d a n d a g r e e d, i n p a r t i c u l a r, t h a t t h e COR s h a l l no t h a v e t h e a uth o r i t y t o m a k e c h a n g e s to t he s c o pe or t e rms a nd c ondi t ions of the c ontr a c t unless a nd on l y to t he e x tent that such a uthori t y is s p e c ified in t he letter of authorization or in t he c ontr ac t. THE CONTRACTOR IS HERE B Y F ORE W A R NED THAT, A B S EN T TH E R EQU I S I T E AUTHO R I T Y O F TH E C O N T RAC T IN G O F FIC E R ’ S R E P R ESE N T A T IV E ( C O R ) T O MAK E AN Y S U C H C H A NGE S, I T MAY B E H E L D F U L L Y RES P O N S I B L E F OR A N Y CH A N G ES NOT A U T H O R IZ E D I N A D V A N C E, I N W R I T I N G, BY T H E CO N TRAC T I N G O F F I C ER, MAY B E D E N I ED COMPENSA T I O N O R OT H ER R E LI E F FO R AN Y AD D I T I ON A L W O R K P E R FO R ME D T HA T I S NO T S O AU T HO R I Z E D, AN D M A Y A L S O B E REQ U I R E D, AT N O A D D I T I O N A L COSTS TO T HE G O V E RNME N T, TO TA K E A L L COR R EC T I VE A C T I ON NECES S I TA T ED B Y REASON O F THE U N A U TH O R I Z ED CHANGES. (End of Clause) 6. LICENSE RIGHTS IN THE UNITED STATES The license provided for in 52.227-18 excludes public performance, public display, and broadcasting of “feed material” within the United States. For purposes of this clause, the term “United States” means the fifty states, District of Columbia, Puerto Rico, and United States Virgin Islands. Inadvertent or incidental reception within the United States of feed material intended for audiences outside the United States shall not be a breach of this license. Reception of Agency-maintained internet sites intended primarily for audiences outside the United States but accessible to U.S.-based internet users shall not be a breach of this license. Contractor understands that VOA does not broadcast within the United States; however, VOA may receive requests for VOA program materials from US-based media and other organizations. VOA and Contractor agree that VOA may distribute upon such request, provided that VOA notifies a US-based requestor of its obligation to secure license rights from Contractor before rebroadcasting or otherwise disseminating feed material within the United States. (End of Clause) 7. USE OF FEED MATERIAL The material or subject matter called for under this contract, referred to as “feed material,” may be used in all media and formats now known or hereafter devised, including, but not limited to: theatrical and non-theatrical, commercial and non‑commercial, distribution, exhibition, promotional, radio, television, simulcast, broadcast, internet, portable handheld devices, mobile, CD-ROM, DVD, closed-circuit TV, cable systems, transmission via satellite, IP, wireless cable, computer system download, reproduction rights (in any format and standard such as VHS, and PAL, etc.) and may be excerpted, edited, translated, adapted and transcoded into various digital video file types. (End of Clause) 8. CONTA C T IN F O R M ATI O N: The Contr ac tor sh a ll pr o vide a d a y - to - d a y o p e r a t i o n a l cont ac t a s w e ll a s a co n ta c t for prompt contract administration: Contr ac tor – Day to day operational contact Name: Tit l e : Address: P hone Numb e r: Email: Contr ac tor – Prompt contract administration contact Name: Tit l e : Address: P hone Numb e r: Email: 9. EXERCISING OF OPTIONS UNDER THIS CONTRACT : The Government reserves the right to exercise unilaterally the options in Attachment A entitled "Service and Price Schedule." The parties agree that the Government may partially exercise and fund any options in Attachment A and may do so multiple times up to the point that the option has been fully exercised and funded. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise. In the event that BBG does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable. Additionally, the parties agree that, in the event the BBG decides not to exercise any options, BBG will have no further obligation to the Contractor under this contract other than to pay for services actually rendered by the Contractor to BBG hereunder. (End of Clause) (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006); 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013); 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jul 2013); 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012); 52.219-8 Utilization of Small Business Concerns (Jul 2013); 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2014); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (Sept 2010); 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37 Employment Reports on Veterans (Sept 2010); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 201); 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013). Please note some clauses may not be applicable to a foreign offeror. (xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation include 52. 217 - 9 Op t i on t o E x t end t he T erm of the C on t ract ( Mar 2000); 52.227-18 Rights in Data -- Existing Works (Dec 2007); 52.237-3 Continuity of Services (Jan 1991); 52.246-4 Inspection of Services--Fixed-Price. (AUG 1996). There are no other additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. (xiv) No Defense Priorities and Allocation System (DPAS) rating assigned. (xv) Failure to provide the required services for any the above CLIN may result in the rejection of your proposal. Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral, faxed or emailed proposals will not be accepted. Please note that questions must be submitted in writing to Myria Carpenter by email (proposalquestionMEDC@bbg.gov) or fax (202-382-7870) and received before the deadline of 12:00 p.m., Eastern Standard Time on July 11, 2014. Technical Proposals shall be submitted as an original and three copies and Price Proposals shall be submitted as an original and one copy. All proposals must be sent via courier or overnight delivery and must be received before deadline. Proposals are due at the Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007B, Washington, DC 20237 on July 21, 2014, at 12:00PM, Eastern Time. (xvi) Contact: Myria Carpenter, Contract Specialist, Facsimile 202-382-7870, email: mecarpen@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0033/listing.html)
 
Record
SN03408506-W 20140629/140627234425-51accc802ced2fd5290e5a4c0af6e348 (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.