Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2018 FBO #6103
SOLICITATION NOTICE

T -- Graphics Package for New Programming - Statement of Work -PNN Graphics - Attachment 5 - Price - Attachment 2

Notice Date
8/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541430 — Graphic Design Services
 
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
VOA-PNN-18-RFQ-0010AM
 
Archive Date
8/29/2018
 
Point of Contact
Alisa Martine, Phone: 000-000-0000, J.R. Hill, Phone: 202.382.7846
 
E-Mail Address
amartine@bbg.gov, chill@bbg.gov
(amartine@bbg.gov, chill@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 HD UNI Boxes Attachment 5 - Price PNN News Network Graphics BBG COMBINED SYNOPSIS/SOLICITATION FOR PERSIAN NEWS NETWORK GRAPHICS PACKAGE General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: VOA-PNN--18-RFQ-0010AM Posted Date: Tuesday, August 7, 2018 Original Response Date: Tuesday, August 14, 2018 Current Response Date: Tuesday, August 14, 2018 Classification Code: T- Photographic, mapping, printing and publication Set Aside: N/A NAICS Code: 541430 Graphic Design Services Contracting Office Address Broadcast Board of Governors (BBG), Voice of America (VOA), 330 Independence Avenue, SW, Washington DC, 20237. Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Part 13.5 and the format in FAR subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 541430, with a small business size standard of $7.5M. The BBG Office of Contract is seeking to purchase the services of a Contractor to create a range of original graphics for use on the BBG's new 24-hour news channel, Persian News Network (PNN). BBG is looking for a contractor to create a range of original graphics for the BBG/Voice of America (VOA) news programming, for use on television and across digital platforms (including, but not limited to, websites, Facebook, Twitter, and Telegram). This may include a combination of 2D and/or 3D graphics. All interested companies shall provide quotation(s) for the following: Supplies Line ItemDescriptionQuantityUnit PriceTotal Price N/A Logos and Graphics •Draft •Near-Final •Final All Graphic Component ElementsLOT Style Guide for ProgrammingNSP Services See Attached Persian News Network Graphics Statement of Work (SOW). The delivery/task order period of performance is August 20, 2018 - December 31, 2018. Delivery shall be provided no later than 30 days after receipt of award of contract. delivery terms-FOB origin or destination in a zipped folder submitted through an electronic sharing portal such as dropbox or FTP;. The contractor shall deliver all deliverables to Mordchai Shualy (mshualy@voanews.com) room 3324A or Seth Donaldson (sdonalds@voanews.com), room G727 at Voice of America (VOA), 330 Independence Avenue, SW, Washington DC, 20237. Place of Performance Address: Contractor's Facility Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical approach and capability, (2) past performance, and (3) price. 1. Technical Approach & Capability a.The Offeror's demonstrated technical expertise in conceptualizing and producing comprehensive graphics packages will be evaluated, including the specification of critical staff for each stage of production. Offerer will be evaluated for technical capacity to incorporate layouts and fonts used in Arabic and other RTL (right-to-left) languages. b.Capability to deliver products and services within the accelerated period delineated in the RFQ. 2.Past performance - The Offeror's past performance on related, relevant contracts will be evaluated to determine, as appropriate: a.Successful performance of contract requirements similar to the requirements of this SOW, including elements such as quality and timeliness of delivery of products and services, cost management, communications between contracting parties, proactive management and customer satisfaction. b.Specific consideration will be given to each constituent element in the content generated, including brand conceptualization, individual graphical elements' quality and variety, and ability to produce a set of complementary graphical elements that reflect a unified aesthetic. The Government may use any resource available, including the Offerors submission, Contractor's Performance Assessment Reporting System (CPARS), or any other applicable performance-related information. 3.Price - the Offeror's price quote will be evaluated to determine fairness and reasonableness. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/far The following solicitation provisions apply to this acquisition: 1.FAR 52.212-1, "Instructions to Offerors-Commercial Items" (JAN 2017) is included in the attached Statement of Work (SOW). 2.FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" (NOV 2017) Offerors must complete annual representations and certifications on-line at https://www.sam.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: •FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" (JAN 2017) •FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" (JUL 2018) The following subparagraphs of FAR 52.212-5 are applicable: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). __ (8) 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). __ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). _ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). __ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). __ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). __ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). __ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). __ (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). All other contract requirements are contained in the attached SOW. All quoters shall submit the following: ONE copy of the Technical and ONE copy of the Price Proposals (in separate documents), as well as, 3 past performance questionnaires with relevant experience on previous contracts within the last 5 years. All quotations shall be sent to the Contracting Officer, Alisa Martine at amartine@bbg.gov This is an open-market combined synopsis/solicitation for graphics and logo design for the new PNN as defined herein and in the attached SOW. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein and the attached SOW. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s). Submission shall be received via email only, not later than August 14, 2018 to the Contracting Officer, Alisa Martine, at email address: amartine@bbg.gov. No hard copy proposals will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Alisa Martine, at amartine@bbg.gov not later than 2 days after release of this combined synopsis/solicitation. No phone calls will be taken or responded to. Point of Contact Contracting Officer, Alisa Martine, amartine@bbg.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/VOA-PNN-18-RFQ-0010AM/listing.html)
 
Place of Performance
Address: washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN05024113-W 20180809/180807231251-4b83d222bcebd147141ab5e7a6c4ee87 (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.