Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2015 FBO #4975
SOURCES SOUGHT

99 -- Radio Performing Rights - Spain

Notice Date
7/6/2015
 
Notice Type
Sources Sought
 
NAICS
512230 — Music Publishers
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ0028-FY15-0018
 
Archive Date
8/5/2015
 
Point of Contact
Kathryn Maurais, Phone: 9514132502, Susan M. Madrid, Phone: 951-413-2371
 
E-Mail Address
kathryn.a.maurais.civ@mail.mil, susan.m.madrid.civ@mail.mil
(kathryn.a.maurais.civ@mail.mil, susan.m.madrid.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
LICENSE AGREEMENT FOR RADIO PERFORMING RIGHTS FOR AMERICAN FORCES NETWORK The Defense Media Activity (DMA) is seeking authorized sources to provide radio performing rights license in Spain. CONTRACTING OFFICE ADDRESS: DMA Contracting Office - West 23755 Z Street, Bldg. 2730 Riverside, CA 92518-2031 INTRODUCTION: This is a Sources Sought Synopsis to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The American Forces Network - Broadcast Center (AFN-BC) is seeking a contract with a Base plus 4 Options years as follows: CLIN 0001 - Radio Performing Rights with Spain - Base Year License to use copyrighted musical works in the repertory of the contractor. License Period: October 1, 2015 through September 30, 2016 CLIN 1001 - Radio Performing Rights with Spain - Option Year 1 License to use copyrighted musical works in the repertory of the contractor. License Period: October 1, 2016 through September 30, 2017 CLIN 2001 - Radio Performing Rights with Spain - Option Year 2 License to use copyrighted musical works in the repertory of the contractor. License Period: October 1, 2017 through September 30, 2018 CLIN 3001 - Radio Performing Rights with Spain - Option Year 3 License to use copyrighted musical works in the repertory of the contractor. License Period: October 1, 2018 through September 30, 2019 CLIN 4001 - Radio Performing Rights with Spain - Option Year 4 License to use copyrighted musical works in the repertory of the contractor. License Period: October 1, 2019 through September 30, 2020 DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HQ0028-13-C-0002 & HQ0028-07-C-0027 Contract Type: Firm Fixed-Price Incumbent and their size: Sociedad General de Authores y Editores (SGAE) Method of previous acquisition: Sole Sourced Provide Brief description of the current program/effort: Agreement with SGAE for license and royalty rights for the Copyrighted musical works of the composers, and musical publishers represented by SGAE List Anticipated Time Frame: 1 October 2015 to 30 September 2020 List Place of Performance: Spain REQUIRED CAPABILITIES: The Contractor warrants that it holds copyright, copyright licenses, powers of attorneys, and other legal instruments which give the Conractor the right to grant licenses, including the within release and license, to use literary, dramatic, musical, and artistic works in Spain. SPECIAL REQUIREMENTS: N/A SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 512230, with a size standard of 500 employees. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DMA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) 6) Certification that the vendor is an authorized provider and has the necessary television program distribution rights. Vendors who wish to respond to this should send responses via email NLT July 21, 2015, 2:00 PM Pacific Daylight Time (PDT) to kathryn.a.maurais.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/390266899bb66fbd1c2255e689f7eb33)
 
Place of Performance
Address: 23755 Z Street, Riverside, California, 92518, United States
Zip Code: 92518
 
Record
SN03786292-W 20150708/150706234544-390266899bb66fbd1c2255e689f7eb33 (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.