Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2015 FBO #4951
SOLICITATION NOTICE

R -- VOA Middle East Ad Campaign - VOA Kurdish - VOA Ashna SOW - SOW -Urdu - Attachment B - Combined Synopsis - VOA Deewa SOW

Notice Date
6/12/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541810 — Advertising Agencies
 
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
BBG50R150037
 
Archive Date
7/15/2015
 
Point of Contact
Alisa Martine, Phone: 202-203-4176, J.R. Hill, Phone: 202.382.7846
 
E-Mail Address
amartine@bbg.gov, chill@bbg.gov
(amartine@bbg.gov, chill@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
VOA Deewa SOW Combined Synopsis Attachment B -Past Performance VOA Urdu SOW VOA Ashna SOW VOA Kurdish SOW This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and 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. Solicitation number BBG50-R-15-0037 is being issued as a Request for Proposal. The Special Item Number (SIN) is 541 Advertising and Integrated Marketing Solutions (AIMS) and the NAICS code is 541810/541840. Partial proposals by language campaign will be accepted. The BBG reserves the right to award multiple awards as a result of this combined synopsis/solicitation. This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular 2005-81, dated April 10, 2015. 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 result in a best value to the Government, based on technical capability, 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. Multiple awards will be also considered. Introduction: Multi-media campaign including radio, TV, billboard, web placements in multiple cities within the Middle East to promote various Voice of America (VOA) programming. Period of performance: is for four (4) months effective August 15 - December 31, 2015 SOLICITATION ATTACHMENTS: 1.Statement of Work a)VOA Urdu b)VOA Deewa c)VOA Kurdish d)VOA Ashna THE FOLLOWING FACTORS SHALL BE ADDRESSED IN THE TECHNICAL PROPOSALS AND SHALL BE USED TO EVALUATE PROPOSALS: 1) Technical Approach: The contractor shall provide a narrative detailing the approach that they will take to meet the requirement for each VOA language campaign. The contractor shall illustrate its understanding of the requirement and its ability to provide the required services stated herein. 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 performing advertising and marketing related services. 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 shall 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 by language campaign of performing multi-media advertising placement and campaign. The prices for shall be provided in English and United States dollars. The Government shall evaluate the price proposal by: 1. Comparing the proposed prices received in response to the solicitation against the IGE and historical prices paid by the Government for the same or similar services; 2. Assessing the responsiveness of the Offeror in providing the requested prices 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. BASIS OF AWARD The Government will award a purchase order(s) resulting from this solicitation to the responsible business whose proposal conforms to the solicitation and provides the best value to the Government. The following factors shall be used to evaluate proposals: 1.Technical Approach - (including media plan by media platform and duration) 2.Past Performance 3.Price The BBG's evaluation shall be based on best-value principles. Accordingly, award(s) shall be made to the responsible and technically acceptable offeror(s) whose quote provides the greatest overall value to the Government, price and other factors considered. The best value determination shall be accomplished by evaluating the value of difference in technical capabilities based on their strengths, weaknesses, and risks and price. In making this comparison technical is more important than price, if the technical capabilities are equal among the quoters than price shall become the determining factor. Past performance shall be evaluated, however shall not be given a score in determination of award. 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 electronic conferencing system at the BBG Headquarters in Washington, DC. Submission of Proposals: Proposal Submission: All proposals shall include: Cover Sheet with the Solicitation Number Technical Approach - (including media plan by media platform and duration) Past Performance Price Proposal Questions: If the offeror is uncertain as to any requirements of the specification(s), such questions shall be directed to the Contracting Officer. Questions shall be submitted in writing via email to amartine@bbg.gov. Questions must be received no later than 1:00 p.m. (EDT) on Thursday, 18th June, 2015. Questions, which are not submitted in writing or are submitted after 1:00 p.m. (EDT) on Thursday, June 18, 2015, will not be addressed. Proposals Due: Proposals shall be submitted in electronic.pdf format electronically or via courier proposal and must be received on or before at 4:00 pm on Tuesday 30th of June, 2015. Eastern Daylight Time. Telegraphic and facsimile submissions are not authorized by this solicitation and will not be considered. Alisa Martine 330 Independence Ave, SW Suite 4360 Washington, DC 20237 202-203-4176 amartine@bbg.gov Charles "JR" Hill 330 Independence Ave, SW Suite 4360 Washington, DC 20237 202-382-7846 chill@bbg.gov FAR CLAUSES 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. 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 result in a 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. Businesses responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications-Commercial Items with their proposal. The offeror shall provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number (TIN). Contractors must be registered in the System for Award Management (SAM) to submit proposals and be eligible for award (NO EXCEPTIONS). For information on registering with the SAM, visit www.sam.gov. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in this solicitation. Please be sure to include the date submitted and proposal expiration date. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. SPECIAL CONTRACT REQUIREMENTS: 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: 1.BILLING AND PAYMENT - The Contractor is authorized to submit its invoice for payments on a monthly basis for certification and acceptance by the COR (to be appointed at time of award). 2.INVOICE ADDRESS - Invoices shall be sent to the following address: Broadcasting Board of Governors/Voice of America Attn: Natasha Stewart 330 Independence Ave, SW Washington, DC 20237 USA There are no other additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. FAR 52.252.1 SOLICITATION CLAUSES INCORPORATED BY REFERENCE (FEB 1998); SUBMISSION OF PROPOSALS: 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 full text of the solicitation provision may be accessed electronically at this address(es): http://www.acquisition.gov/far/ APPLICABILITY OF FAR PROVISIONS: 52.212-1, Instructions to Offerors- Commercial Items (APR 2014) applies. 52.212-2, Evaluation Commercial Items (OCT 2014) applies to this solicitation. Offerors must include a copy of 52.212-3 (MAR 2015) with the proposal. 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015) applies to this solicitation. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Item (MAY 2015), applies to the acquisition. 52.203-10 Contractor Code of Business Ethics and Conduct (APR 2010) 52.204-6, Data Universal Numbering System (DUNS Number) (APR 2008) applies. 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUL 2013) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011); 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008). 52.225-14 -Inconsistency between English Version and Translation of contract (FEB 2000) 52.225-17 Evaluation of Foreign Currency Offers (FEB 2000). 52.232-31 Invitation to Propose Financing Terms (MAY 2014) 52.232-34- Payment by Electronic Funds -Other than Central Contractor Registration (JUL 2013). 52.246-4 Inspection of Services-Fixed-Price. (AUG 1996) 52.232-31 Invitation to Propose Financing Terms. As prescribed in 32.205(b) and 32.206, insert the following provision: Invitation to Propose Financing Terms (Oct 1995) (a) The offeror is invited to propose terms under which the Government shall make contract financing payments during contract performance. The financing terms proposed by the offeror shall be a factor in the evaluation of the offeror's proposal. The financing terms of the successful offeror and the clause, Terms for Financing of Purchases of Commercial Items, at 52.232-29, shall be incorporated in any resulting contract. (b) The offeror agrees that in the event of any conflict between the terms proposed by the offeror and the terms in the clause at 52.232-29, Terms for Financing of Purchases of Commercial Items, the terms of the clause at 52.232-29 shall govern. (c) Because of statutory limitations (10 U.S.C. 2307(f) and 41 U.S.C. 255(f)), the offeror's proposed financing shall not be acceptable if it does not conform to the following limitations: (1) Delivery payments shall be made only for supplies delivered and accepted, or services rendered and accepted in accordance with the payment terms of this contract; (2) Contract financing payments shall not exceed 15 percent of the contract price in advance of any performance of work under the contract; (3) The terms and conditions of the contract financing must be appropriate or customary in the commercial marketplace; and (4) The terms and conditions of the contract financing must be in the best interests of the United States. (d) The offeror's proposal of financing terms shall include the following: (1) The proposed contractual language describing the contract financing (see FAR 32.202-2 for appropriate definitions of types of payments); and (2) A listing of the earliest date and greatest amount at which each contract financing payment may be payable and the amount of each delivery payment. Any resulting contract shall provide that no contract financing payment shall be made at any earlier date or in a greater amount than shown in the offeror's listing. (e) The offeror's proposed prices and financing terms shall be evaluated to determine the cost to the United States of the proposal using the interest rate and delivery schedule specified elsewhere in this solicitation. (End of provision) 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: 52.203-10 Contractor Code of Business Ethics and Conduct (Apr 2010); 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); 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Representation (Jul 2013); 52.222-3 Convict Labor (June 2003); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Veterans (Sep 2010); 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37 Employment Reports on Veterans (Sep 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). Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation include: 32.004 Contract performance in foreign countries. 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 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. (END)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50R150037/listing.html)
 
Place of Performance
Address: 330 Independence Ave, SW, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN03762712-W 20150614/150612234956-a35b6b0753fd1778dc3bb51d56c10f54 (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.