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 -- Video Journalist/Producer and Overnight Writer - SOW - SOW

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
BBG50-RFQ-17-00010052-RD
 
Point of Contact
Rehema Daya, Phone: 2022034658, Diane Sturgis, Phone: 2023827849
 
E-Mail Address
rdaya@bbg.gov, dsturgis@bbg.gov
(rdaya@bbg.gov, dsturgis@bbg.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW - OVERNIGHT WRITER - VOA NEWS CENTER, WASHINGTON DC SOW - NEWS CENTER, SILICON VALLEY BUREAU - CALIFORNIA This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-089, dated Jan 13th, 2017. Solicitation No. BBG50-RFQ-17-00010052-RD is issued as a Request For QUOTES (RFQ) and a contract will be awarded using simplified acquisition procedures in FAR Part 13. The North American Classification System Code is 711510/812990 This is a one hundred percent (100%) total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510/812990 with a small business size standard of $7.5M. This combined synopsis/solicitation is issued as a Request for Quote to establish an award for 2 Contractors: 1: Video Journalist/Producer – Location: VOA News Center, Silicon Valley Bureau San Francisco, CA 2: Overnight Writer – Location: VOA News Center – Washington, DC 20237 BACKGROUND: The Broadcasting Board of Governors (BBG), an independent federal agency, is an exciting, multi-cultural organization that encompasses all U.S. civilian international broadcasting. The BBG is comprised of the Voice of America, which delivers high quality, multimedia programming in 44 languages to audiences worldwide; the Office of Cuba Broadcasting (Radio and TV Marti); the International Broadcasting Bureau, which provides transmission, administrative, and other support service; and three grantee organizations - Radio Free Europe/Radio Liberty; the Middle East Broadcasting Networks (Alhurra TV and Radio Sawa), and Radio Free Asia. Our staff of dedicated professionals serves as an example of a free and independent media, reaching a worldwide audience with news, information, and relevant discussions. 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. Offeror's minimum qualifications shall include but not be limited to: 1) Offeror's Qualifications - The Offeror shall provide their curriculum vitae (CV)/resume that includes work experience, education and specialized training necessary to provide the required services under this solicitation. The Offeror must be able to demonstrate proficiency in writing and speaking in the English language. 2) Experience - The Offeror shall demonstrate experience in providing the required services under this solicitation to Governmental and/or commercial customers. 3) Price Quote - Provide a rate per hour INTERESTED OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) a Resume and (2) a Price Quote (3) Production demo Sample 52.212-3 Offeror Representations and Certifications-Commercial Items or a statement that FAR has been completed in the System for Award Management website. The technical and price quotes must be submitted separately. No price information should be contained within the technical quote. The Government will award a multiple award, Firm-Fixed Price 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 procedure. The quotes will be evaluated using FAR Part 13 procedures. This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-95 dated January 13th, 2017. EVALUATION FACTORS LISTED IN ORDER OF IMPORTANCE MUST BE ADDRESSED IN THE INTERESTED OFFERORS' TECHNICAL AND PRICE QUOTE, THE GOVERNMENT WILL USE THESE FACTORS TO EVALUATE THE OFFERORS' QUOTES: 1) 1) The Offeror shall provide their resume/Curriculum Vitae that includes work experience, education and specialized training. The offeror must display expertise in performing the requirements under the Scope of work in the attached Statement of Work. The resume includes the Offeror's resume/curriculum vitae and evidence of the Offeror's pertinent past performance that can be easily and quickly validated by the BBG. Samples of the past work dates (months/years) and locations for all field experience must also be detailed. 2) A Separate Price Quote showing a price breakdown for the services under solicitation. Offerors are cautioned that failure to address each of the above evaluation factors may deem their quote unacceptable. 3) Past Performance References - 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 references with the following information: (i) Reference's name and address, email and telephone number of contact person. EVALUATION FACTORS Used to determine the competitive ranking of qualified applicants in comparison to other applicants. Factor #1 - Technical ability to perform on the work, and expertise – The Offeror shall provide their resume/Curriculum Vitae that includes work experience, education and specialized training. Factor #2: Price Factor #3 -Work experience (Five years or more) - The offeror must display expertise in performing the requirements under the Scope of work in the attached Statement of Work. Factor #4 - Past Performance (referred to in references) Basis of Award: The Government will award a multiple award Firm-Fixed Price 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 the LOWEST PRICE TECHNICALLY ACCEPTABLE procedures. The quotes will be evaluated using FAR Part 13 procedures. NOTE: Qualifications under “Contractor Qualifications” in Statement of Work must be addressed in quote package for quote to be considered technically acceptable. The Government reserves the right to make a selection based upon the initial quote submissions so the offeror should submit its best terms in the initial proposal. The Government may also determine to make no award. 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. Offerors shall include a completed copy of the provision FAR 52.212-3 (Jan, 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. The FAR clause 52.212-4 (Jan 2017) 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 shall 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. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (End of Clause) FAR clause 52.212-5 (Jan 2017) 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: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set-Aside (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 Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (31 U.S.C. 3332) Quotes shall be in writing and must be signed by an official authorized to bind the organization. Oral or faxed quotes will not be accepted. Please note that questions must be submitted in writing to Rehema Daya by email (rdaya@bbg.gov) and received before the deadline of 12:00 p.m., Eastern Daylight Time on Tuesday May 02, 2017. Technical Quote shall be submitted as one (1) document and Price Quote shall be submitted as one (1) separate document. All quotes must be sent email and must be received before the deadline set forth below. Quotes should be sent to Rehema Daya, rdaya@bbg.gov and Diane Sturgis, dsturgis@bbg.gov before Friday May 05, 2017 at 12:00PM, Eastern Daylight Time. 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/BBG50-RFQ-17-00010052-RD /listing.html)
 
Place of Performance
Address: 1: BBG/VOA NEWS CENTER - 330 INDEPENDENCE AVE, SW WASHINGTON, DC, 2:VOA NEWS CENTER, SILICON VALLEY BUREAU, CALIFORNIA, Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN04489053-W 20170429/170427235913-f5eccd69800c654ccc3e07d6d35bc483 (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.