MODIFICATION
R -- RFE/RL TV Program in Kyrgyzstan - Amendment 1
- Notice Date
- 5/4/2018
- Notice Type
- Modification/Amendment
- NAICS
- 515120
— Television Broadcasting
- 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-0026
- Archive Date
- 5/10/2018
- Point of Contact
- Jacqueline D. Gray, Phone: 2023827861
- E-Mail Address
-
jgray@bbg.gov
(jgray@bbg.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment B - Price Schedule, Revised 5-4-18 AMENDMENT NO. 1 This Amendment No. 1 to Solicitation No. 95T813-18-R-0026 for RFE/RL TV Program in Kyrgyzstan is hereby amended for the following purposes: 1. Correct a typo in the Attachment B - Price Schedule The Period of June 1, 2020 through May 31, 2021 on the Attachment B - Price Schedule should be for Option Year 2. See attached revised Attachment B - Price Schedule 2. The due date and time for receipt of proposals has been extended to Wednesday, May 9, 2018 at 4:30 PM Eastern Daylight Time (EDT). All other provisions of the Solicitation remain unchanged. BROADCASTING BOARD OF GOVERNORS (BBG) Competitive Combined Synopsis/Solicitation No. 95T813-18-R-0026 RFE/RL TV Program in Kyrgyzstan INTRODUCTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 document other than this announcement/solicitation will not be issued. A contract award is contemplated using simplified acquisition procedures in FAR Part 13.5. The solicitation number is 95T813-18-R-0026 and the solicitation is issued as a request for proposal (RFP). ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5 - Simplified Procedures for Certain Commercial Items, and FAR Part 12 - Acquisition of Commercial Items, and is NOT expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 effective January 24, 2018. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The procurement is classified under NAICS code 515120 with a Size Standard of $38.5 million. PRODUCT OR SERVICE CODE D399 - IT AND TELECOM - OTHER IT AND TELECOMMUNICATIONS ACQUISITION STATUS This acquisition is unrestricted. PERIOD AND PLACE OF PERFORMANCE The anticipated award date under this Solicitation is June 1, 2018 with the first broadcast date of June 1, 2018. Duration of proposed contract award shall be twelve (12) months ending May 31, 2019 with two (2) one year option periods subject to the availability of funding. Place of performance for the services will be performed at the successful offerors facility/site. DESCRIPTION OF REQUIREMENT Please see Attachment A - Statement of Work (SOW) for a description of the requirements. CONTRACT TYPE A Firm Fixed Price contract with an Option to Extend the Term of the Contract is contemplated. EVALUATION PROCEDURE/BASIS FOR AWARD 1. This acquisition will utilize the Lowest Priced Technically Acceptable (LPTA) procedure to make a best value award. A decision on the technically acceptability of each offeror's proposal will be made. For those offerors which are determined to be technically acceptable, award will be made to the offeror who submitted the lowest overall price. While the Government will strive for maximum objectivity, the technical go/no go process, by its nature, is subjective; therefore, professional judgement is implicit throughout the evaluation process. The Government intends to make an award based on initial proposals received. If further questions are required, the contracting officer may contact the offeror or offerors. Award will be made to the responsible offeror whose proposal conforms to all solicitation requirements. By submission of its offer, the offeror accepts all Solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All technically acceptable offerors shall be treated equally except for their prices. 2. The following factors will be used to evaluate offers: Technical Proposal Factor 1. a. Offeror shall provide nationwide coverage in the following regions: "Western" - Chui region; "Boulak" - Jalal-Abad region; "Kirovka" - Tallas region; "Shumkar" - Tallas region; "Choi-Dobe" - Naryn region; "At-Bashi" - Naryn region; "Delemel" - Jalal-Abad region; "Tulek" - Naryn region; "Kochkor" - Naryn region; "Cholpon-Ata" - Issyk-Kul region; "Bastovo" - Naryn region; "Kadamzhay" - Batken region; "Chon Bogurtau" - Osh region; "Mayly Sai" - Jalal-Abad region; "Pamir" - Osh region; "Jeu-Jurek" - Jalal-Abad region; "Bojikyr" - Jalal-Abad region; "Hidarkan" - Batken region; "Terek" - Osh region; "Terek Say" - Jalal-Abad region; "Kanysh Kya" - Jalal-Abad region; "Southern-1" - Jalal-Abad region; "Tash-Kumyr" - Jalal-Abad region; "Doroot Kargon" - Osh region; "Arka" - Batken region; "Ravat" - Batken region; "Tort cool" - Chui region. b. Offeror's technical ability to receive and broadcast the RFE/RL programs RFE/RL Kyrgyz "Azattyk" (details of broadcasting station; location; broadcasting power; and reach), and by which means (terrestrial, direct-to-home satellite or cable). The selected offeror shall secure the TV studio and crew equipped to consistently broadcast RFERL programming at preferred time, five days a week with no or minimal pre-emptions. c. Offeror must have one year minimum experience in broadcasting Television (TV) programs. An evaluation rating of Technically Acceptable/Non-Acceptable will be assigned upon completion of the technical proposal evaluations. If an offeror receives a technical rating of "Non-Acceptable" they will not be considered for award. Technical proposals shall be limited to no more than 10 pages using Microsoft Word format, 12 point Times Roman font, double-spaced with 1 inch margins. Price Proposal Factor 1. a. Price Proposals will be evaluated, for award purposes, based upon the lowest total price proposed for the basic requirements and all options as provided in the Attachment B - Price Schedule. Offerors are advised that the evaluation of options shall not obligate the government to exercise such options. b. If adequate price competition is not obtained or if price reasonableness cannot be determined using price analysis of Government obtained information, additional information in accordance with FAR 15.4 may be required to support the proposed price. The Government intends to make a selection based upon initial proposal submissions and intends to make an award without discussions. Offerors are advised to submit proposals that are fully and clearly acceptable without requests for additional information. OVERALL ARRANGEMENT OF PROPOSALS The Offeror's proposal submittal shall consist of the following: 1. Volume 1 - Technical Proposal Technical proposals shall be limited to no more than 10 pages using Microsoft Word format, 12pt Times New Roma font, double-space wit 1 inch margins. 2. Volume II - Price Proposal To enable the Government's evaluation of the Offeror's price, the Offeror shall submit a firm fixed price proposal for performing the contract. Pricing information shall not be included anywhere other than in Volume II - Price Proposal. Offeror shall use Attachment B - Price Schedule included with this Solicitation to insert its pricing information. Offerors responses to this solicitation must be in the English language. The Attachment B - Price Schedule submitted by offerors must be in U.S. dollars. Offerors responses must include its Company Name, Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. APPLICABLE CLAUSES AND PROVISIONS The following FAR clauses provisions, and agency regulations apply to this solicitation: 1. All offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2. FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Oct 1995) Alt 1 3. FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 4. FAR 52.209-7, Information Regarding Responsibility Matters (July 2013) 5. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (January 2017), applies to this acquisition. FAR provisions and clauses may be obtained from the Internet web address at: http://acquisition.gov/far/index.html. 6. FAR 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition. FAR provisions and clauses may be obtained from the Internet web address at: http://acquisition.gov/far/index.html. a. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). b. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 7. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2017), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management (SAM), which can be found at the following website: https://www.sam.gov/portal/public/SAM/. 8. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (January 2017) is applicable to this acquisition. 9. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (January 2018), Alt 1 (Feb 2000) and Alt 2 (Nov 2017) applies to this acquisition as detailed below: a. FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) b. FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). c. FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). d. FAR 52.219-8, Utilization of Small Business Concerns (Nov 2016) e. FAR 52.219-28, Post Award Small Business Program Re- representation (Jul 2013) (15 U.S.C. 632(a)(2)). f. FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). g. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). h. FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015). i. FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246) j. FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). k. FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). l. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). m. FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). n. FAR 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). 10. FAR 52.216-24, Limitation of Government Liability (APR 1984) 11. FAR 52.216-25, Contract Definitization (Oct 2010) 12. FAR 52.217-5, Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 13. FAR 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within _____ [insert the period of time within which the Contracting Officer may exercise the option]. 14. FAR 52.217-9, Option to Extend the Term of the Contract (March 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within thirty (30) days, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed twenty-four (24) months). 15. 52.227-19 Commercial Computer Software License (Dec 2007) 16. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 17. FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Oct 2015) 18. FAR 52.233-1, Disputes (May 2014) 19. FAR 52.233-2, Service of Protest (Sep 2006) 20. FAR 52.233-3, Protest after Award (Aug 1996) 21. FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 22. FAR 52.244-6, Subcontracts for Commercial Items (Jan 2017) 23. PAYMENT PROVISIONS (a) In consideration of the transmission services outlined in the final contract, BBG will pay the selected contractor on a monthly or quarterly basis, subject to mutual agreement. These payments will be in arrears, within thirty (30) calendar days, upon presentation of a proper invoice. The contractor shall provide invoices at the end of each period for services provided during the preceding period. A "proper" invoice as outlined in FAR 32.905 shall include: (i) Name and address of Contractor. (ii) Invoice date and invoice number (Contractor should date invoices as close as possible to the date of mailing or transmission). (iii) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number). (iv) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. (v) Shipping and payment terms (e.g., shipment number and date of shipment, discount for prompt payment terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading. (vi) Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment). (vii) Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice. (viii) Taxpayer Identification Number (TIN). The contractor must include its TIN on the invoice only if required by agency procedures. (See 4.9 TIN requirements). (ix) Electronic funds transfer (EFT) banking information. (x) Any other information or documentation required by the contract (e.g., evidence of shipment). Such invoice shall accurately reflect the actual number of original airings of the RFERL program that the contractor provided (and the cumulative duration of broadcast time during the period being billed), the total price for each original airing of the RFERL program, and the extended price for the original airings of the RFERL program which shall be transmitted by e-mail (PDF format only) to the Contracting Officer's Representative (COR) of the Contracting Officer, listed as the "Administrative Contact" on the Contract Agreement. All invoices shall be clearly typed in English and include a unique invoice number for reference purposes. All invoice payments made by the BBG will be in accordance with the U.S. Government's "Prompt Payment Act." End of Clauses and Provisions SOLICITATION ATTACHMENTS Attachment A - Statement of Work for RFE/RFL TV Program in Kyrgyzstan Attachment B - Price Schedule PROPOSAL SUBMISSION INSTRUCTIONS DUE DATE AND TIME FOR RECEIPT OF PROPOSALS All responses are due no later than 4:30 PM Eastern Daylight Time (EDT) on Monday, May 7, 2018. To be considered timely, all responses must be received by the Government at its central repository location for receipt of proposals at the following e-mail address: CONSOL@bbg.gov marked for attention to Ms. Jacqueline Gray, Contract Specialist. Questions regarding this solicitation shall be submitted to the Government to its central repository location for receipt of questions by 4:30 PM EDT on Thursday, April 19, 2018 at the following e-mail address: CONQ&A@bbg.gov marked for attention to Ms. Jacqueline Gray, Contract Specialist. Response to questions will be posted to the FEDBIZOPPS website at www.fbo.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/95T813-18-R-0026/listing.html)
- Place of Performance
- Address: Kyrgyzstan, Non-U.S., Kyrgyzstan
- Record
- SN04911426-W 20180506/180504230606-948edc5cea5b5a8e7a8e76f6c3b208c2 (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 |