Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2014 FBO #4676
SOLICITATION NOTICE

R -- RFA USABILITY STUDY - Statement of Work

Notice Date
9/11/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541613 — Marketing Consulting 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-S-14-00070_SB
 
Archive Date
9/19/2014
 
Point of Contact
Seneca B. Belinfontie, Phone: 2022034944, Rachel Johnson, Phone: (202) 382-7847
 
E-Mail Address
sbelinfo@voanews.com, rjohnson@bbg.gov
(sbelinfo@voanews.com, rjohnson@bbg.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work RFA Usability Study Combined Synopsis/Solicitation BBG50-S-14-00070_SB (i) 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. (ii) The solicitation number: BBG50-S-14-00070_SB (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular July 25, 2014. (iv) The Contracting Officer (CO) has found and determined that the nature of the services to be provided is appropriate for a full & open procurement. (v) The Contractor shall provide the following: The BBG seeks an Electronic Card Sorting Software as a Service tool and 12 screened testing participants for User Experience testing. The electronic Card Sorting Tool must be customized to function in the 9 languages listed below and available for at least 18 card sort tests. Languages: 1. Mandarin 2. Cantonese 3. Burmese 4. Korean 5. Lao 6. Khmer 7. Tibetan 8. Uygur 9. Vietnamese (vi) See attached Statement of Work (SOW) for details (one pdf document). (vii) Work can begin upon the issue of a contract. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. There are no addenda to the provision. (ix) The provision at FAR Subpart 52.212-2 [Evaluation of Commercial Items] is hereby incorporated by reference into this combined synopsis/solicitation. The below-stated technical evaluation sub factors, when combined, are significantly more important than price in the BBG's overall evaluation of an Offeror's proposal. Past performance will also be considered [see FAR Subpart 15.304 (Evaluation Factors and Significant Sub factors)]. In order to help the Government in its evaluation of past performance, Offerors shall provide at least three (3) current references for similar contracts. The technical evaluation sub factors in descending order of importance are compliance with the technical requirements specified herein and ability to deliver on or before the stated PoP requirement. (x) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. There are no addenda to the clause. (xii) FAR Clause 52.212-5 [Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items] applies to this acquisition and incorporates the following clauses: FAR Clause 52.203-6 [Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402)]; FAR Clause 52.222-21 [Prohibition of Segregated Facilities]; FAR Clause 52.222-26 [Equal Opportunity (E.O. 11246)]; FAR Clause 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)]; FAR Clause 52.222-36 [Affirmative Action for Workers with Disabilities (29 U.S.C. 793)]; FAR Clause 52.225-1 [Buy American Act - Supplies (41 U.S.C. 10a-10d)]; FAR Clause 52.232-18 [Availability of Funds]; FAR Clause 52.232-33 [Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332)]; FAR Clause 52.239-1 [Privacy or Security Safeguards (5 U.S.C. 552a)]; FAR Clause 52.217-8 Extend Term of Contract. (xiii) The Offeror shall note that proposals shall be priced on a firm-fixed price for the SOW. The Contractor's proposed prices shall include wages, overhead, general and administrative expenses, and profit. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this acquisition. (xv) The deadline for Questions is COB on September 15, 2014. Amendment with Questions & Answers expected to be posted by COB on September 17. Offerors shall submit a Price Proposal that states the Offeror's proposed firm-fixed-price for the Statement of Work attached. Proposals are due by 2:00 p.m. EST on September 18, 2014 at the following address: Broadcasting Board of Governors (BBG), Office of Contracts, suite 4300, Switzer Building, 330 "C" Street (SW), Washington, DC 20237, Attention: Ms. Seneca Belinfontie. If emailing proposal, please send to sbelinfo@voanews.com and follow-up with a phone call to Ms. Seneca Belinfontie @ (202) 203-4944 to confirm receipt. (xvi) Information regarding this combined synopsis/solicitation can be obtained by contacting the Contract Specialist, Ms. Seneca Belinfontie, at (202) 203-4944, or via e-mail at sbelinfo@voanews.com. Any Offeror may submit an offer, which shall be considered by the BBG.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-S-14-00070_SB/listing.html)
 
Place of Performance
Address: 330 Independence Ave, S.W., Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN03507235-W 20140913/140912000233-cc0c60bbe9fa09cd8ea58cea4e846847 (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.