Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 29, 2017 FBO #5636
SOLICITATION NOTICE

R -- VOA Web Columnist - Statement of Work

Notice Date
4/27/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 Independence Avenue, SW, Suite 4360, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
BBGCON-RFQ010-1020-PA
 
Point of Contact
Patrice Abner, Phone: 000.000.0000, Diane Sturgis, Phone: 000-000-0000
 
E-Mail Address
pabner@bbg.gov, dsturgis@bbg.gov
(pabner@bbg.gov, dsturgis@bbg.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
VOA Charter VOA Journalistic Code Statement of Work - Web Columnist THIS IS A COMBINED SYNOPSIS/SOLICITATION 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This combined synopsis/solicitation is issued as a Request for Quote to establish a Blanket Purchase Agreement. The Government intends to award a Blanket Purchase Agreement; however, the Government reserves the right not to award any Blanket Purchase Agreement. Any resultant Blanket Purchase Agreement will be not exceed five years. This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-95 dated January 19, 2017. Solicitation No. BBGCON-RFQ010-1020-PA is issued as a Request for Quotes (RFQ) and a contract will be awarded using simplified acquisition procedures in FAR Part 13.5. The North American Classification System Code is 711510 with a small business class size of 7.5M. This is a one hundred percent (100%) total small business set-aside. Period of Performance: May 15, 2017 –May 14, 2018 (base year) May 15, 2018 –May 14, 2019 (option year 1) May 15, 2019 –May 14, 2020 (option year 2) May 15, 2020 –May 14, 2021 (option year 3) May 15, 2021 –May 14, 2022 (option year 4) Contract Type: Firm- Fixed Price The Federal Acquisition Regulation (FAR) provision FAR 52.212-1(Jan 2017 Instructions to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quote identifying capabilities as noted below. The contractor shall demonstrate their ability and experience in providing the required services. Time of Performance: VOA is a 24/7 news/ program operation and the schedule will vary depending on the need of the government. The Contracting Officer Representative will make the determination at the time of award. Applicable Clauses: FAR 52.212-1, Instructions to Offerors—Commercial (Jan 2017), FAR 52.212-2, Evaluation—Commercial Items (Jan 2017), FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, FAR 52.212-4, (Jan 2017); Contract Terms and Conditions—Commercial Items; FAR 52.212-5 (Jan 2017), Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items (Jan 2017) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services—Requirements (May 2014) (41 U.S.C. chapter 67).;52.217-9 Option to Extend the Term of the Contract (Mar 2000). **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. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Quote Submission: The Government will award a multiple award Firm-Fixed Blanket Purchase Agreement resulting from this RFQ to the responsible offerors whose quotes conforming to the RFQ shall provide the best value to the Government, based on LOWEST PRICE TECHNICALLY ACCEPTED Interested contractors are required to submit two (2) separate written documents (Technical quote and price quote) to the BBG. Quote packages (technical and price) are required for each Statement of Work. 1. A Price Quote that states the Offeror's proposed price based per assignment. Assignment definition is described on the attached Statement of Work. Assignment rate may be negotiated with the BBG. Price quote is reflected as follows: $__________ per assignment /base year $__________ per assignment /option year one $__________ per assignment /option year two $__________ per assignment /option year three $__________ per assignment /option year four 2. Technical Quote (Resume) that states in detail the Offeror's experience, qualifications and evidence of the Offeror's pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed. - The offeror must illustrate its understanding of the requirement and its ability to provide the requested deliverables stated herein. "Required Qualifications/Knowledge, Skills and Abilities " on the Statement of Work must be addressed within your Technical Quote. Offerors shall include a completed copy of the provision FAR 52.212-3 (Jan 13, 2017) 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/. Quotes must also include contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO AWARD. To ensure consideration for the intended position, please reference the solicitation number on your quote. Quotes and questions must be submitted electronically to pabner@bbg.gov. The title of the request for quote must be in the subject field of the e-mail. The deadline to submit questions is May 1, 2017 at 1PM Eastern Standard Time. Answers will be posted. Questions can only be issued via e-mail to pabner@bbg.gov. The deadline for submission of quotes is May 3, 2017 at 2PM Eastern Standard Time. Oral, couried, mailed or faxed quotes will not be accepted Provision at 52.212-2 -- Evaluation -- Commercial Items. (Oct 2014) The Government will award a Multiple Award Blanket Purchase Agreement resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should submit its best terms in the initial proposal. The Government may also determine to make no award. Multiple offerors will be selected who are deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution. The Contractor shall submit an invoice electronically for services provided the preceding month in accordance with the Prompt Payment Act. ELECTRONIC INVOICING IS A REQUIREMENT OF THIS CONTRACT IPP (Invoice Processing Platform) is the no cost on-line Treasury system being used at BBG for vendor invoicing and is a requirement of all new contract awards. The web address for the IPP billing system is www.ipp.gov. IPP is a very easy to navigate vendor invoicing system that allows you to directly attach invoice support (following format type:.doc,.docx,.htm,.html,.jpeg,.jpg,.pdf,.rtf,.tif,.tiff,.xls, and.xlsx). Your invoices will directly route to your COR for review and approval and then to the financial system for review and processing. You will be able to view the approval process directly on-line. What do I do now? 1. If you are already enrolled as an IPP user, follow the BBG notification steps below. 2. If you are not enrolled with IPP then go to the web page www.ipp.gov. In the middle of the page along the right there is a Vendors and "enroll now" button. The vendor requirements can be viewed at this link: https://www.ipp.gov/vendors/enrollment-vendors.htm. Once you are enrolled with IPP follow the instructions below to notify BBG. BBG notification Email the BBG systems team at cfo-financial-systems-team@bbg.gov that you have enrolled in IPP and they will code you as an IPP vendor in our financial system. In the subject line of the email state, IPP vendor and your company name, see below for an example: "IPP vendor enroll - ABC Company" Once you are coded by the systems team you will receive a BBG vendor notification email and your contracts will be available in IPP for you to begin billing. The email notification will be addressed to the POC your company provided Treasury IPP when you registered. For assistance in enrolling and receiving your IPP password, Treasury toll free customer service is available Monday through Friday from 8:00 am - 6:00 pm at 866-973-3131 and their email address is IPPCustomerSupport@fms.treas.gov. BBG is unable to register vendors into IPP or provide/reset passwords.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBGCON-RFQ010-1020-PA/listing.html)
 
Place of Performance
Address: 330 Independence Ave, Washington, District of Columbia, United States
 
Record
SN04488071-W 20170429/170427234917-339c8e64c89d13bbd7654e2c02cf9863 (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.