Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2014 FBO #4633
SOLICITATION NOTICE

R -- Ukrainian Non-Personal Services Blanket Purchase Agreements - SOW

Notice Date
7/30/2014
 
Notice Type
Combined Synopsis/Solicitation
 
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
BBG5014IQ00399
 
Point of Contact
ADRIENNE R. WASHINGTON, Phone: 202-382-7867
 
E-Mail Address
awashington@bbg.gov
(awashington@bbg.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Journalistic Code 52 213-4 JUL2014 OTHERTERMSANDCONDITIONS-SIMPLIFIED ACQUISITIONS(OTHER THAN COMMERCIAL ITEMS Statement of Work Request for Quote #: BBG50-RFQ-14-IQ-00399 (I) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AND SUBPART 13 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; REQUEST FOR QUOTES IS BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii) Request for Quote No BBG50-RFQ-14-IQ-00399 is issued as a Request for Quote (RFQ) and Multiple Blanket Purchase Agreement(s) will be awarded using simplified acquisition procedures in FAR Part 13 Subpart 13.303. (iii) This request for quote document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-074, dated effective July 1, 2014 (iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7.0M. (v) Contract Line item number(s) and items, (SEE SOW FOR CLIN CLIN 001 Ukrainian Service (399) Assignment Rate Qty - No Minimum or Maximum working assignments are guaranteed @ per assignment @______ assignment rate Multiple Award(s) will be considered for this requirement at the discretion of the Government. (vi) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C., anticipates establishing Non-Personal Services Blanket Purchase Agreements with Independent Contractors for Multimedia reporting, as described in the Statement of Work(s). (SOW) for The Voice of America's Eurasia Division, Washington, DC. (vii) The period of performance is August 15, 2014 through August 14, 2015. Delivery, and Acceptance shall be at the IBB Voice of America Headquarters Building (330 Independence Avenue, SW, Cohen Building) unless otherwise mutually agreed to be the Contracting Officer. a. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7.0M. This is 100% total small business set-aside. b. Submission of Offers: Submit signed and dated offers to the office specified in this Request For Quote at or before the exact time specified in this Request for Quote. Offers may be submitted on letterhead stationery, or as otherwise specified in the Request for Quote. As a minimum, offers must show- (1) The Request for Quote number; (2) The time specified in the Request for Quote for receipt of offers (3) The name, address, and telephone number of the offeror (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the Request for Quote. This may include product literature, or other documents, if necessary: (viii) Instruction to Offerors The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this Request for Quote. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/farlindexhtml. 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. Submit signed and dated offers/quotes to the office specified in this Combined Synopsis/Solicitation at or before the exact time specified in this solicitation. Offers/quotes may be submitted on the SF18, letterhead stationery, Offerors/ quote(s) shall include but not be limited to: (a). Contractors shall submit their price quotes for base year. Hour(s) will be equivalent to either four (4) or eight (8) hours of work. Price quotes should include pricing for both time frames. Hours will be on an as-needed basis, subject to availability of funds and mission consideration. (see Attachment ASSIGNMENT RATE(s) SERVICES AND PRICE) (b). A Price(separate )quote showing a breakdown of the price by the following price factors: 1) 8 hour rate; 2) 4 hour rate; and other costs, if applicable to the requirement. Prices for all of the listed CLIN shall be noted in English and United States dollars. (c). Contractor Qualifications (Technical) Technical: (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 VOA. Dates (months/years) and locations for all field experience must also be detailed. The Offeror shall provide their resume that includes work experience, education and specialized training (d) Past Performance - The Offeror is required to provide no more than three (3) references from previous Customers for same or similar services to the requirement. Offers shall provide the three (3) references with the following information: reference's name and address, email and telephone number of contact person; (i) dollar amount of the contract; (ii) term of the contract; and (iii) brief description of the work performed. 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, and When combined, technical evaluation factors are significantly more important than cost/price. (ix) 52.212-2 Evaluation - Commercial Items, Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal Services Blanket Purchase Agreement resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in the quote. When combined, technical evaluation factors are significantly more important than cost/price. The following factors shall be used to evaluate offers: (ix) 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. The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services Blanket Purchase Agreement(s) resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on : The evaluation factors that will be used to determine award will be (1) technical capability, to include a resume that meets the qualifications listed in the Statement of Work (SOW) Requirements paragraph, (2) price, and (3) past performance. For past performance Vendors shall provide at least two - three (2-3) relevant past performance references with their quote(s). Reference information shall include agency or business name, contract number, dollar amount, point of contact (include phone number and email address), for which your firm has provided the same or similar relevant services. Firms without a record of relevant past performance shall affirmatively state that no relevant past performance is available. Such firms will receive a neutral rating that will be evaluated neither positively nor negatively. Relevant past performance is defined as performance of contracts of similar size scope and complexity as this requirement performed within the past three (3) years. The Government reserves the right to obtain and use past performance information from sources other than those listed in the quote, to include prior dealing with the government and personal knowledge of the company. All evaluation factors other than price, when combined, will be evaluated as significantly more important than price. Offers will not be accepted from agents; from principals only. The following factors shall be used to evaluate offers: 1. Technical ability to include work experience, education and specialized training 2. price, 3. pasts performance Basis for Award: The procurement is being conducted under FAR Subpart 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. (x) Offeror Representations and Certifications - Commercial Items FAR Subpart 52.212-3 (Offeror Representations and Certifications - Commercial Items) shall include a completed copy of the provisions 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. Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at htips://www.sam.gov/portal/public./SAM. Quotes must also include contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM 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: 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 purchase order. 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. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO.THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (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: 52.204-10 - Reporting Executive compensation and First-Tier Subcontract Awards; 52219-6 - Notice of Total Small Business Set (15 U.S.C. 644); 52219-8 - Utilization of Small Business Concerns; 52.219-28 - Post Award Small Business Program Representation; 52.222-3 - Convict Labor, 52.222-19 - Child Labor-Cooperation with Authorities and Remedies; 52222-21 - Prohibition of Segregated Facilities; 52222-26 - Equal Opportunity (E.O. 11246); 52222-35 - Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 - Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 - Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 - Combating Trafficking in Persons; 52.223-18 - Contractor Policy to Ban Text Messaging with Driving; 52.225-13 - Restrictions on Certain Foreign Purchases and 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332) (xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.237-3 - Continuity of Services; and, 52.242-17 - Government Delay of Work. (xiv)A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. (xiv) Failure to provide any of the above-required Request for Quote may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.ametgovffar). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted. (xv)ALL TECHNICAL AND PRICE PROPOSALS MUST BE SUBMITTED ELECTRONICALLY TO awashington@bbg.gov BEFORE THE CLOSING DEADLINE BELOW. Request for Quotes are due to Adrienne R. Washington, Contracting Officer, Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Washington, D.C., 20237, 8:00 am. Eastern Standard Time (Washington, D.C. Time) on August 8, 2014. (xiv) Contact Adrienne R. Washington, Contracting Officer, email: awashington@bbg.gov, 202 382 -7867. All responsible sources may submit an offer that will be considered by the Agency. Questions must be submitted in writing and only via Adrienne R. Washington at awashington@bbg.gov. Written questions must be submitted before 09:00 a.m.. Eastern Standard Time (Washington, D.C. Time) on August 4, 2014. 52.252-1 -- Solicitation Provisions Incorporated by Reference. 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. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):http://acquisition.gov/farlindexhtml 52.252-2 -- Clauses Incorporated by Reference. Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es):https://www.acquisition.gov/Far/ Principles only, no agents
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG5014IQ00399/listing.html)
 
Place of Performance
Address: Ukraine, Ukraine
 
Record
SN03443872-W 20140801/140730235849-566acdeee27b774bfb6bc42d53e1f3ae (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.