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 U.S. Domestic video news and sports story feed service - Attachment B - Attachment A - Price Schedule

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-C-14-0034
 
Archive Date
8/18/2014
 
Point of Contact
Myria Carpenter, Fax: 202-382-7870, 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 A Attachment B Title: Daily Comprehensive U.S. Domestic video news and sports story feed service NAICS CODE – 519110 REFERENCE NUMBER – BBG50-R-14-0034 Open 06/30/2014 Close 07/25/2014 (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-14-0034 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 U.S. Domestic video news and sports story feed service as described in the Attachment B: Statement of Work. (vi) The Broadcasting Board of Governors requires a Contractor (s) to provide a comprehensive U.S. Domestic video news and sports story feed service, from around the United States, containing stories which are spot, breaking, and feature. The types of stories shall fall under the following categories: U.S. top news stories of the day, politics, economy/finance, medical, science and technology, environment, sports, entertainment, and feature/human interest. International stories provided in the Offeror’s regular feed service should not be excluded from the proposal, nor constitute a reason for an additional fee. The majority of the news story coverage shall be from the United States. The stories provided by the news feed shall be available in various forms, i.e., complete reporter voiced packages including graphics where appropriate, with natural sound on a different audio track from the narration, natural sound of voiced over edited material of news events, and raw (uncut) footage including sound of a particular news event including live event coverage. Graphics included in packaged stories shall be considered part of the supplied service. The live events, both domestic and foreign referred to previously, could be, but are not limited to, hearings on Capitol Hill, State and Pentagon Briefings, White House Press Secretary briefings, briefings, news conferences and speeches by the President of the United States, and breaking news events around the United States and the world. Feed material shall conform in all significant respects to the samples of the digital news feed content and live events feeds submitted with the proposal. 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 by the Government, 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 U.S. Domestic video news and sports story feed service, and shall 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 shall be capable of demonstrating that it is currently engaged in the coverage and dissemination of television news coverage around the United States and 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 regular coverage of political, medical, environment, technology, business/financial, sports, entertainment, and topical feature material. OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT AT MINIMUM, THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER : 1. Offeror’s Response: (1 original, 3 copies of Technical Proposal and 1 original, 1 copy of Price Proposal). Price 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 shall addresses the factors described below in (ix) below. The Price Proposal shall contain a copy of Attachment A entitled “Schedule Service and Price” filled out by the Offeror. 2. Sample Feed and Support Material: Offerors shall supply at least one sample feed on a flash drive or DVD from each of the following four time periods: (2am-6am, 6am-2pm, 2-6pm, and 6pm-2am), based on the seven (7) criteria enumerated below. Sample support material of feed rundowns, scripts, ID super information, and timings of stories shall also be submitted by July 18, 2014. Flash drives and DVDs shall be clearly labeled with the Offeror’s name, feed date, and shall reference this solicitation. 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. The criteria for the sample feeds and material are: 1. 5 top stories from domestic feed 2. 5 top stories from worldwide feeds 3. 3 top stories from Entertainment/Show Business category 4. 3 top stories from technology/innovation category 5. 3 top stories from lifestyles/feature category 6. 3 top stories from sports category 7. 1 live event feed (15 minutes) The submission shall include story or event lists/rundowns/advisories and schedules pertaining to all the events included on the “reel.” All Offerors shall supply at least two of the sample “reels” 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 drive or DVD. 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 cost or 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 Offeror shall provide a narrative detailing the approach that it will take to meet the requirement. The Offeror shall illustrate its understanding of the requirement and its ability to provide the required services stated herein. The technical narrative/description shall include detailed information about the Offeror’s delivery system, with specifics about satellite or IP delivery or if the system uses both, including server, operating system, IT methodology for the reception system. The technical approach factor has four (4) sub factors (a-d) that are listed as follows: a. Comprehensiveness of Domestic Feed Samples : The Government will evaluate Offeror’s sample feeds and support materials, scripts, ID super information, and timing of stories for comprehensiveness of coverage, illustrating a broad range of stories about domestic U.S. news events covering a broad range of topics including political, medical, environment, technology, business/ financial, sports, entertainment, and topical feature material, as well as world news coverage. b. Content of Feeds : Offeror’s sample feeds will be evaluated on content including but not limited to what the Government considers of primary important news for the sample day submitted and how well the Offeror has supplied the significant news stories as well as the trending stories of the sample day. c. Number of Feeds/Digital Stories : Offeror’s sample feeds will be evaluated based on number of feeds/digital stories offered per day and per week as the subject matter pertains to general news, sports, business/financial, feature stories, world, regional news, and other subject groupings. Offeror’s submission material shall state the total number of stories transmitted on sample day. Offeror shall also supply documentation/listings which demonstrate normal daily output of its news and feature stories. d. Other Services : Offerors shall be evaluated on their ability to provide live coverage, 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 a daily comprehensive U.S. Domestic video news and sports story feed service, and shall 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 will be determined to be favorable or unfavorable. If an Offeror has no record of Past Performance or has no Past Performance information available, the Offeror’s Past Performance will not be evaluated favorably or unfavorably. 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 daily comprehensive U.S. Domestic video news and sports story feed service (continuous live coverage), 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 shall 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 and price factors and subfactors 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 shall 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 individuals, 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 shall 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 9 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 shall 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 18, 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-C-14-0034/listing.html)
 
Record
SN03408707-W 20140629/140627234623-f554e2d52431be7c6b6e36335921a3d6 (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.