Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2018 FBO #5980
SOLICITATION NOTICE

R -- RFERL Kyrgyz Radio Program - FBO Notice (Russian Translation)

Notice Date
4/6/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
515111 — Radio Networks
 
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
95T813-18-R-0030
 
Point of Contact
Malita M. Dyson,
 
E-Mail Address
mdyson@bbg.gov
(mdyson@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
FBO Notice (Russian Translation) (i)This is a request for proposal (RFP) for commercial items 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; proposals are being requested and a written solicitation will not be issued. (ii)This solicitation will use FAR 13.5- Simplified Procedure of Certain Commercial Items. This solicitation number 95T813-18-R-0030 will be issued as a request for proposal (RFP). (iii)This solicitation document and incorporated provisions and clauses are in those in effect through Federal Acquisition Circular 2005-097 effective January 24, 2018. (iv)This solicitation is being issued as a 100% small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 515111, with a small business size standard of $32.5M. (v)List of contract line item number(s) and items, quantitates and units of measure, are encouraged to structure as follows: CLIN No. DescriptionQuantity UnitUnit Price Total 0001 12 MO $ $ (vi)The Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Office of Strategy and Development (OSD) in Prague, Czech Republic, has a request for proposal (RFP) for a contractor who is a "Network Provider" that is a news Radio Provider. A Network Provider is defined as a full time radio network with a one year minimum of operating experience that broadcast 24 hours a day, seven days a week, and has the ability to reach mass audience in Kyrgyzstan with a reputation for producing respected, credible and accurate news programming. The primary objective is to provide transmission of the BBG-provided content (RFE/RL Kyrgyz "Azattyk +" program) on a regular basis, as described below in the broadcast schedule, to the largest possible audience in Kyrgyzstan using available BBG funding. The Network Provider shall broadcast RFE/RL Kyrgyz "Azattyk +" program from Monday to Sunday from 09:30 - 10:30; 15:00-15:30; 20:00 - 21:00 and 21:30-22:00 local time with the broadcast airing not varying more than two minutes from the aforementioned times. Samples can be found here: https://www.azattyk.org/programs/radio BBG is solely responsible for the content of all BBG provided programming is authorized to produce program in any way it sees fit, so long as it does not violate the laws of Kyrgyzstan. The Network Provider shall supply all personnel, equipment, and transmission services to receive and rebroadcast the RFE/RL Kyrgyz "Azattyk +" program in its entirety, without pre-emption, alteration, abridgement or excerption. However, the Network Provider shall have the right to decline to run the BBG content, so long as BBG is notified in advance of the intent and reason, and may recommend changes to program format or content. No alterations shall be made, however, without the prior written agreement of the Contracting Officer's Representative (COR). The Network Provider will only be paid for the original airings of the RFE/RL program that are run from start to completion and to the satisfaction of the BBG. The Network Provider shall inform the BBG in advance of any planned alteration of the program's scheduled broadcast airing or other technical or administrative issues post award. The Network Provider and the BBG shall provide each other with point of contact information for notification purposes. The BBG will transmit RFE/RL programming to the Network Provider via satellite, Internet/File Transfer Protocol (FTP), or other means. The technical details of the transmission to the network(s) and feed transmission times will be mutually agreed upon after contract award- once a Network Provider is selected by the BBG. (vii)The Period of Performance (POP) for this solicitation shall be June 1, 2018- May 21, 2019. The work required for this solicitation shall be performed at the following location: Country of Kyrgyzstan (viii)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: (https://www.acquisition.gov). Interested offerors responding to this solicitation shall submit the following items to the contracting officer: (1) A technical proposal which addresses the technical factors listed in below in (ix) (2) A price proposal. (ix)The Federal Acquisition Regulation (FAR) provision FAR 52.212-2 Evaluation - Commercial Items applies to this solicitation. The Government intends to award one or more Commercial Item, Firm-Fixed-Price, contract(s) resulting from this RFP to the responsible offeror whose offer provides the best value to the Government. All evaluation factors other than Cost/Price when combine are significantly more important than Cost/Price. The Government reserves the right not to make an award as well as reserves the right to make an award to other than offer with the highest technical rating if the Contracting Officer determines that to do so would result in the best value of the Government. The following factors shall be addressed in the technical proposals and shall be used to evaluate proposals: Factor 1: Technical Requirement: a.Experience-Shall be a Network Provider (principals only) with a 1 year minimum in broadcasting radio programs b.Technical Requirement - Shall be a Network that has coverage in the following locations: Ala Myshyk, Arka, Bishkek, Dedemal, Gulcha, Karakul, Krasnaya Rechka, Orgochor, Osh, Sulyukta, Talas, Terek-Sai, Vostochnaya and Yuzhnanya-1 Factor 2: Price (x)Offerors shall include a completed copy of the provisions FAR 52.213-3 Offeror Representations and Certification- Commercial Items with its Offer. Offerors may either submit a paper copy of FAR Clause 52.212-3 or submit this information through System of Award Management (SAM) at www.sam.gov. Proposals must also include the contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from the mailing address. The successful offeror MUST be registered (active) online in the SAM website prior to contract award. (xi)The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. (xii)FAR Clause 52.212-5- Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Jan 2017), applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained with FAR clause 52.212-5: 52.202-1 Definitions (Nov 2013); 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014); 52.204-7System for Award Management (Oct 2016); 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015); 52.209-7 Information Regarding Responsibility Matter (Jul 2013); 52.219-8Utilization of Small Business Concerns (Nov 2016); 52.222-3Convict Labor (Jun 2003); 52.222-19 Child Labor- Cooperation with Authorities and Remedies (Oct 2016); 52.222-26 Equal Opportunity (Sep 2016) (E.O. 11246); 52.222-35 Equal Opportunity of Veterans (Oct 2015); 52.222-50 Combating Trafficking in Persons (Mar 2015); 52.225-9 Buy America Act- Construction Materials (May 2014); 52.231-26 Specifications and Drawings for Construction (Feb 1997); 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013); 52.236-2Differing Site Conditions (Apr 1984); 52.236-3Site Investigation and Conditions Affecting the Work (Apr 1984); 52.236-5Material and Workmanship (Apr 1984); 52.236-21 Specifications and Drawings of Construction (Feb 1997); 52.237-1Site Visit (Apr 1984); 52.242-14 Suspension of Work (Apr 1984); (xiii)Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: The addendum is as follows: 1952.232-91 Electronic Invoicing and Payment Requirements - Invoice Payment Platform (IPP) (April 2016) Payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice (CO to edit and include the documentation required under this contract): ________________________________________________________________________ ________________________________________________________________________________________________________________________________________________________________________________________________________________________ The Contractor must follow the instructions on the attached Electronic Invoicing Advisory to enroll, access and use IPP for submitting requests for payment. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. For assistance in 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@fiscal.treasury.gov. (xiv)A Defense Priorities and Allocation System (DPAS) assigned rating is not applicable to this acquisition. (xv)Offerors shall submit their offers via e-mail to Malita M. Dyson at mdyson@bbg.gov not later than 2:00 pm (EDT), Monday, April 23, 2018. NO FAX PROPOSALS WILL BE ACCEPTED. Late submissions shall be treated in accordance with the solicitation provision FAR 52.212-1 (f) All questions concerning the RFP must be submitted in writing. All questions must contain reference to the section/paragraph number of the request for proposal (RFP) which is in question and be submitted by 1:00 pm (EDT), Monday, April 16, 2018. FAILURE TO COMPLY WITH THE INSTRUCTIONS FOR SUBMISSION WILL RESULT IN THE REJECTION OF THE PROPOSAL AS UNACCEPTABLE. (xvi)Contact Information for this solicitation is: Malita Dyson 330 Independence Avenue, S.W. Suite 4360 Washington, District of Columbia 20237 United States of America
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/95T813-18-R-0030/listing.html)
 
Place of Performance
Address: Country of Kyrgyzstan, United States
 
Record
SN04881631-W 20180408/180406231059-94dfc73eb47e8fe86e886acf7f547e0c (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.