Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
SOLICITATION NOTICE

R -- Multimedia & Web Reporters - VOA Latin America - LA Multimedia Reporter SOW - Boston -Creole SOW - Miami Multimedia Reporter SOW - DC Area Web Writer SOW - Miami Area Creole Service SOW

Notice Date
5/15/2018
 
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-18-0008AK
 
Archive Date
6/8/2018
 
Point of Contact
Alisa Martine, Phone: 202-203-4176, Adiatu Sahid-Karim, Phone: 2022034022
 
E-Mail Address
amartine@bbg.gov, askarim@bbg.gov
(amartine@bbg.gov, askarim@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
Radio Multimedia -Creole Miami Web Writer Producer DC Area Multimedia Reporter Miami Area Radio Multimedia - Creole Boston Multimedia Reporter LA Area This is a combined synopsis/solicitation 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. This combined synopsis/solicitation is issued as a Request for Proposals (RFP) for its Broadcasting Board of Governors' (BBG), Voice of America Latin America and Creole Division. The Government intends to award multiple Firm-Fixed Price Blank Purchase Agreements (BPAs) resulting from this solicitation. SAM: System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION). NAICS Code: The North American Industry Classification System (NAICS) code for this acquisition is 711510 with a small business size standard of $7,500,000.00 in average annual receipts for the past 3 years. Please identify your business size in your response based upon this standard. This requirement will be a 100% Total Small Business. Period of Performance: June 1, 2018 - May 31, 2022 Contract Type: Firm Fixed Price (Assignment) 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. Place of Performance: VOA Latin America is seeking multimedia reporters in the following cities: •Miami, Florida •Los Angeles, California VOA Latin America is seeking Web Writer Producer in the following cities: •Washington, DC VOA Creole Division is seeking radio multimedia reporters in the following cities: •Miami, Florida •Orlando, Florida •Boston, Massachusetts Applicable Clauses: **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. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items., applies to this acquisition. Proposal Submission: Interested contractors are required to submit two (2) separate written documents (proposals) to the BBG. 1. A Price Quote that states the Offeror's proposed rate per assignment that may be negotiated with the BBG. A quote template is located on the last page on each statement of work. 2. Technical Proposal that includes which position he/she is applying for: a. Cirriculum Vitae/Resume which 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. b. Candidate shall provide video reel with a minimum of three samples showcasing video, editing and reporting work in the Spanish/Creole language. Candidate shall identify which aspects of the sample accurately reflects their skillset. c. Candidate shall provide a minimum of three samples showcasing reporting live for TV and or digital media in the Spanish/Creole language -live TV interactions, facebook live, live tweeting. 3. Eligibility to work in the United States: copy of US Citizenship, work permit, photo ID and/or visa. 4. References (three) 5. Copy of active Registration in SAM. HTTPS://www.sam.gov 6. In the event offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications - Commercial Items) with its offer. This provision can be found at the following website https://www.acquisition.gov/Far/; if requested by an offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer. Questions must be submitted electronically to askarim@bbg.gov. The deadline to submit questions is Friday, May 18, 2018 at 12 Noon EDT. Answers will be posted on Monday, May 21, 2018 at 12 Noon EDT. Proposals must be submitted to: askarim@bbg.gov amartine@bbg.gov Proposals are due NLT close of business Thursday, May 24, 2018 EDT. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Oct 2014) The Government will award a single 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: EVALUATION FACTORS (The following factors are used to determine the competitive ranking of qualified potential contractors in comparison to other contractors. The factors are listed in priority order from highest to least.). Factor #1 - Technical ability to include work experience, education and specialized training Factor #2 - Price Factor #3 - Past Performance Basis for Award: Best Value The procurement is being conducted under FAR Part 13. Best value is defined as the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-RFQ-18-0008AK/listing.html)
 
Record
SN04922932-W 20180517/180515230651-9338e9762a56ae329c1572c48125b53e (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  © 1994-2020, Loren Data Corp.