Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 25, 2015 FBO #4962
SOLICITATION NOTICE

R -- Webstreaming Platform

Notice Date
6/23/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
OES10085A0364
 
Archive Date
7/10/2015
 
Point of Contact
Gwendolyn A. Mansfield, Phone: 7038756049, Gwendolyn A. Mansfield, Phone: 7038756049
 
E-Mail Address
mansfieldg@state.gov, mansfieldg@state.gov
(mansfieldg@state.gov, mansfieldg@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This will be a 100% Small Business Set-aside. This announcement constitutes the only solicitation; quotes being requested and a written solicitation will not be issued. OES10085A0364 is issued as a Request for Quotation (RFQ). The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. The North American Industry Classification System Code [NAICS] is 519130. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-82. Technical Evaluation Criteria The Government will make award to the responsible contractor whose offer conforms to the requirements of the Statement of Work (SOW) and is evaluated as being the most advantageous to the Government, cost or price and other factors considered. These criteria are listed in order of importance, with the first criteria being the most important. 1. Recognizable experience in providing web and distribution services. 2. Offer demonstrating technical expertise in creating a public outreach platform, promoting the U.S. Center program and providing technical and analytical (measurements) support during and after the program. 3. Price: The proposed price will be evaluated for whether it is realistic for the work to be performed, reflects a clear understanding of the requirements, and is consistent with the requirements of the solicitation. 4. Past Performance: The Government will evaluate past performance information to assess the offeror's likelihood of success in performing the requirements stated in the solicitation. Currency and relevance of the information (as determined by the Government), the source of the information, content of the data and general trends in the contractor's performance may be considered. CLAUSES INCORPORATED BY REFERENCE FAR 52.212-1, Instructions to Offerors - Commercial, 52.212-3, Offeror Representations and Certifications - Commercial Items, FAR 52-212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commerical Items, will apply: FAR 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Offerors must be registered in the System for Award Management (SAM) Database prior to submission of an offer to be considered for award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. The Offeror shall provide a quote based upon Firm-fixed price totals for web streaming services. Offerors shall provide costs to complete all requirements as outlined in SOW. All prices shall include Production Crew (1 day setup, 1 day prep, 10 day event) Producer/TD, Equipment - HD Encoder and Backup, Monitors, HD Recorder - 2 day charge per week and Production Fee (Production Company, Managed Services, Insurance). Travel cost is estimated at $6,800.00 and must be approved in advance by the COR and will be reimbursed in accordance with the Federal Travel Regulations. Quote shall be submitted via email to mansfieldg@state.gov Attn: Gwendolyn Mansfield, Contracting Officer by 3:00 PM, Eastern Standard Time on Thursday, June 25, 2015. Proposal shall be marked with RFQ OES10085A0364. A cover letter signed by the company representative may accompany the quote to set forth any information that the offeror wishes to bring to the Government's attention. Quotes will be accepted via email only. Late submissions will not be considered. The burden of insuring the Vendors' quote is received by this office, within the stated timeframe, is the responsibility of Vendor. All quotes must be valid for 30 days from the closing date for this solicitation. Communication Concerning Request for Quotation Only the Contract Administrator or the Contracting Officer may be contacted regarding this solicitation. Communication concerning this solicitation with any other Government personnel, including contractor support personnel, is prohibited unless specifically authorized elsewhere herein. If such contact occurs, the Offeror making such contact may be excluded from award consideration. RFQ Preparation Costs This Request for Quotation (RFQ) does not commit the Government to pay any costs incurred in the submission of any proposal/quote. The RFQ does not commit the Government to procure or contract for said services. The contracting officer is the only individual who can commit the Government to the expenditure of public funds in connection with this proposed procurement. Statement of Work Webstreaming of U.S. Center Programs At UN Climate Change Conference of the Parties 1.0 Background The Contractor shall be responsible for webstreaming presentations organized the State Department and held at the annual climate change conference of the parties. The presentations will be delivered at the U.S. Center. The Center is managed by the Executive Office of the Bureau of Oceans, Environment and Science (OES-EX). OES-EX seeks a webstreaming provider with ample name recognition and a popular platform to amplify the US Center message in furtherance of Department's goals. This contract should not exceed 125 hours based on historical performance. 2.0 Purpose The purpose of this task order is to provide U.S. Center content web streaming services for the sharing of the live and archived content via internet and mobile devices through the U.S. Center on line platforms. The U.S. Center will provide the feed to be webstreamed. The Contractor will not be filming the feed. The Contractor should be available during work hours after award of the contract during pre-event services and post-event services. During the conference the Contractor should be available from 9:00 am to 7:00 pm. 3.0 Specific Task Requirements a) Pre-event services: the Contractor shall provide web streaming advice to the US Center managers upon award of this contract to assist in the set-up of the overseas operations. Estimate hours - 10. b) Streaming: the Contractor shall provide the following: • Integration of stream with Google Hangouts and/or Skype • Generate an embed code that can be used on websites, including www.state.gov • HD & Adaptive Bit Rate Streaming c) Technical Support: The Contractor shall send a technician to Paris to handle webstreaming. The contractor should also assign an account manager to work with U.S. Center managers to manage the project from start to finish. He/she shall assist the managers to set up a stream channel, advise on best streaming practices, facilitate tech support when needed, and monitor live stream to ensure a flawless execution. The Contractor shall also work with on-site production to coordinate appropriate video feeds to the stream. 4.0 Place of Performance Work shall be accomplished at Contractor's place of business during pre-event and post-event services and on-site during the US Center operations. The contractor shall travel to the site (last trimester of each year, exact dates to be determined). The offer shall include air travel and perdiem costs. Lodging will be provided. Location of the conference - Paris, France 6.0 Order Type Order type is firm-fixed price based services provided. Specific tasks are described above and shall not change. This contract should not exceed 125 hours based on historical performance. 7.0 Security Clearance No security clearance is needed. 8.0 Performance Period The initial period of performance of this order shall be from (start date to be determined) to December 30, 2015 (five (5) months). 9.0 Safeguarding Information The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this Task Order, which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this Task Order shall be for the sole use of and become the exclusive property of the U.S. Government. Furthermore, no data, database records, article, book, pamphlet, recording, broadcast, speech, television appearance, film or photograph concerning any aspect of work performed under this Task Order shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do not cease upon the expiration or termination of this Task Order. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. 10.0 Travel Costs (Time-and-Materials/Labor-Hour) (a) Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonable actual travel costs in accordance with its usual accounting practices consistent with FAR Subpart 31.2, specifically FAR 31.205-46. Travel must be directly related to and required for performance of this contract, and authorized in advance and in writing by the Contracting Officer's Representative (COR). In no event shall costs associated with employee commuting be reimbursable as a direct cost under this contract. (b) Travel costs shall not be burdened with any indirect costs unless specifically allowable in accordance with the Contractor's usual accounting practices consistent with FAR Subpart 31.2. In no event shall travel costs be burdened with fee/profit. (c) The Contractor shall include a breakout of all authorized travel expenses as an attachment to his invoices. Administrative support (coordination of travel arrangements, etc.) will be the responsibility of the Contractor. (d) Should any Contractor personnel be requested to perform in any area which has been determined by the Department of State to be a hazardous duty area, hazardous duty premium pay if and to the extent requested and allowed, will be payable at the same rate as would be given to Department of State direct-hire employees pursuant to Chapter 650 of the U.S. Department of State Standardized Regulations (Government Civilians, Foreign Areas).. Hazardous duty premium pay shall not be burdened with any indirect costs (e.g., overhead, G and A) or fee/profit. (e) When local travel between the Contractor employee's regular place of performance and other locations is specifically authorized by the COR, transportation expenses shall be allowable costs under this contract. For the purposes of this clause, local travel means travel within a 50 mile radius of the Contractor employee's regular place of performance and does not include daily commuting or associated costs. (f) For travel where use of a personal automobile has been specifically authorized by the COR, reimbursement shall be computed on the basis of actual miles traveled from starting point to destination. Other related miscellaneous expenses, such as tolls and parking fees, incurred in the performance of tasks authorized under this contract, will be reimbursed. Car rentals require advance approval by the COR and will be authorized only when consistent with good business practice. Allowable costs shall not exceed the actual cost of renting a compact automobile (a maximum of one for four Contractor personnel), unless extenuating circumstances (e.g., excess baggage) require other arrangements and subsequent COR approval is obtained. (g) The Government will reimburse the Contractor for Contractor employee's travel time to or from other authorized work locations; except that for labor categories which are exempt from the Fair Labor Standards Act (FSLA), a reimbursement will be allowed only for travel during the employee's regular working hours. The Contractor will not be reimbursed for time spent in stand down or temporary layovers for the convenience of the Contractor by FLSA exempt contractor employees except as authorized by the Federal Travel Regulations. (h) The Contractor shall be responsible for ensuring that all personnel who will be required to travel outside the United States have current and valid passports. The Contractor shall also be responsible for obtaining any visas required for travel to foreign countries under this contract. The Contractor shall make no direct labor charges for obtaining/maintaining passports and/or visas.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/OES10085A0364/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03773130-W 20150625/150623235130-e5fb4828ef7bc0d8591bf4ebfa2e197a (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.