Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
MODIFICATION

R -- MULTIMEDIA REPORTER/PROOF READER - EXTEND CLOSING DATE TO MAY 25, 2015

Notice Date
5/7/2015
 
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
BBG39-Q-15-PERSIAN-039
 
Archive Date
5/26/2015
 
Point of Contact
Cheryl J Nixon, Phone: 2023827046
 
E-Mail Address
cfauntle@voanews.com
(cfauntle@voanews.com)
 
Small Business Set-Aside
Total Small Business
 
Description
Title: MULTIMEDIA REPORTER/PROOFREADER VOA PERSIAN - WASHINGTON, DC (i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION 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 BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii) Solicitation No. BBG39-Q-15-PERSIAN-039 is issued as a Request For Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076. (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 $7M. (v) The Offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The Offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from May 18, 2015 - November 18, 2015, with one (1) option period of six months from November 19, 2015 - May 17, 2016. Price quotation shall be valid for six month s from date of submission. Multiple awards may be considered for this requirement at the discretion of the Government. (vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with Offeror for Television, Internet and Multimedia services (Anchor/Writer/Reporter) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13. (vii) The period of performance is anticipated to start May18, 2015 through November 18, 2015 with option to extend services one year from date of award. (viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested Offerors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The Offeror shall demonstrate the ability and experience in providing the required services. Offeror qualifications and Quotation Submission shall include but not be limited to: 1. Technical Proposal (Resume) that states the Offeror's resume/curriculum vitae and evidence of the Offeror's pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal). 2. Past Performance. The Offeror is required to provide no more than three (3) references from previous customers or same or similar services See attachment B (Past Performance Reference). 3. Offeror shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A), and profit. See sample attachment C - Price Proposal. In addition, the offeror must agree to undergo a security background check. 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 quotations. (ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order 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 this quotation. When combined technical and past performance are more important than price. 1) Technical - Must be able to speak and write in Farsi and English. Must be familiar with latest computer broadcast equipment. 2) 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. Offerors shall provide the three (3) references with the following information: (i) reference's name and address, email and telephone number of contact person; (ii) dollar amount of the contract or pay rate of employment; (iii) term of the contract or employment; and (iv) 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 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. 3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period. (x) 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: https://www.sam.gov/portal/public/SAM/. Quotation must also include Offeror's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. (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 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. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition 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; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 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; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 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-System for Award Management (SAM) (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; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work. 52.249-1 Termination for Convenience of Government (Fixed Price) (Short Form); 52.249-2 Termination for Convenience of Government (Fixed Price) (Short Form); 52.249-8 Termination for Default (Fixed Prices Supply and Services) 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. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). (xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. (xv) Questions must be submitted in writing and only via email to Cheryl Nixon at Persian_Solicitations@voanews.com. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on May 5, 2015. Responses to questions will be posted to FedbizOps by COB May 7, 2015. Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted. ALL TECHNICAL, PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO Persian_Solicitations@voanews.com BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 12:00 p.m. Eastern Daylight Time on May 11, 2015. Closing date has been extended until 5/25/2015 by 11:59pm. (xvi) Contact: Cheryl Nixon, Contracting Officer, email: Persian_Solicitations@voanews.com. 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/BBG39-Q-15-PERSIAN-039/listing.html)
 
Place of Performance
Address: IBB/VOA PERSIAN SERVICE, 330 Independence Ave, SW, Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN03723828-W 20150509/150507235142-bcde4469b7c80f5c53dc5ed9a5b49809 (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  © 1994-2020, Loren Data Corp.