SOLICITATION NOTICE
R -- (Open Season) VOA TV Studio Services - Task 1 - Lighting Director - Task 1 - Studio Technician III (NY) - Task 3 - TV Director - Task 1 - Studio Technician III (LA) - Task 1 - Studio Technician III (DC) - Task 1 - Studio Technician II (DC) - Task 2 - TV Master Control Operations - Task 1 - Studio Technician 1 (DC)
- Notice Date
- 8/21/2018
- Notice Type
- Combined Synopsis/Solicitation
- 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
- 951700-18-RFP-00001
- Archive Date
- 9/19/2018
- Point of Contact
- Shameeka Morel, Phone: 2023827331
- E-Mail Address
-
sedwards@bbg.gov
(sedwards@bbg.gov)
- Small Business Set-Aside
- N/A
- Description
- Studio Technician I (DC) TV Master Control Operations Studio Technician II (DC) Studio Technician III (DC) Studio Technician III (LA) TV Director Studio Technician III (NY) Lighting Director Broadcasting Board of Governors' (BBG) VOA TV Facility is issuing this request for proposal for the purpose of holding an "Open Season" period under which Basic Purchase Agreements will be awarded to new vendors to allow them to compete for future work under the agency's multiple-award/multiple task-area Blanket Purchase Agreement (BPA) number BBG50-A-17-0036, BBG50-A-17-0091, and BBG50-A-17-0092. The BBG will conduct this acquisition under FAR Part 13 using simplified acquisition procedures as supplemented by the commercial service procedures in FAR Part 12 under the Federal Acquisition Regulation. If you are interested in this acquisition, you may participate by submitting your response in accordance with the following instructions. This is the solicitation for the VOA's TV Facility open season Request for Proposals (RFP) for its TV Studio Service BPAs. This competitive procurement will be used to select additional awardees who may compete for orders under services listed in the attachments. The competition is open to all responsible business parties having the requisite technical capabilities necessary to provide TV Studio Services. The agency is holding this Open Season period with the intent of improving competition, access to additional capabilities, improved performance and competitive pricing. General TV Studio Services Information The VOA TV Studio Services Blanket Purchase Agreements was awarded as a multiple-award BBG50-A-17-0036 (Lighting Director, Studio Tech 1, 2, & 3), BBG50-A-17-0091 (TV Master Control Tech Services), and BBG50-A-17-0092 (TV Studio Director Services), which is currently in its base year of a five year ordering period. The BPAs promote the use of performance-based contracting and accommodates orders issued with the following term: fixed-price (FP). The agency intends to hold competitive procurements for the issuance of new call orders shortly after concluding Open Season awardee selections. Overall Scope of BPA The overall purpose of the BPA and the general scope of work for call orders awarded under the BPA is to obtain adequate TV Studio Services. The primary services required under this contract relate to providing general studio technical support utilizing Government equipment on site at one of the various VOA Television Facilities or in the field as assigned. Synopsis of Task Areas The type of work projects planned for task areas 1, 2, and 3 is synopsized below. Task 1 - BBG50-A-17-0036 (Lighting Director, Studio Tech 1, 2, & 3) The Contractor will program and operate associated equipment in accordance with the day's requirements. He or she may work in conjunction with other Technicians, a Program Director and Producers to create a final product ready for live broadcast, or recorded for transmission. The Contractor carries out a wide range of studio production tasks including setting up the studio and or control room areas. Specific duties include: Studio Camera/Robotic Camera, Studio Floor Director, Audio, and Technical Director and/or Lighting. Task 2 - BBG50-A-17-0091(TV Master Control Tech Service) The contractor shall provide TV Master Control support, utilizing Government equipment on-site at the Voice of America technical in Washington, DC. The contractor is expected to demonstrate expertise and in-depth working knowledge of broadcast technology needed for television transmission, quality control and program inject. Task 3 - BBG50-A-17-0092 (TV Director Services) The Contractor will direct programs and operate associated equipment in accordance with the day's requirements. He or she may work in conjunction with Technicians, other Directors and Producers to create the final product ready for live broadcast, or recorded for transmission at a later time. PERIOD OF PERFORMANCE The current ordering period is from September 1, 2017 - August 31, 2022 PROPOSAL SUBMISSION REQUIREMENTS Interested Vendors are required to submit a proposal to the Contracting Officer with enough information to allow for an evaluation of responses for the purposes of assuring that prospective vendors are fully cognizant of the scope of this contract and have the capability to deliver the requirements detailed in the following pages. Interested Vendors shall submit a technical and price proposal for each area under which they wish to compete for future work under the existing BPAs. PROPOSAL ARRANGEMENT INSTRUCTIONS, EVALUATION, AND BASIS FOR AWARD Interested Vendors shall create and submit their proposals in accordance with this section: Interested Vendors shall submit a separate Technical and Proposal for each task area under which a vendor wishes to compete in accordance with the following requirements: 1.) Text - Text shall be at least single-spaced, with a minimum one-inch margin all around. Pages shall be numbered consecutively. Pages submitted in excess of the page limitations stated throughout this document will be removed and not evaluated. 2.) Font Size - Print shall be of a minimum 12-point font size spacing. Bolding, underlining, and italics may be used to identify topic demarcations or points of emphasis. Graphic presentations, including tables, while not subject to the same font size and spacing requirements, shall have spacing and text that is easily readable. 3.) Pricing Data - Any and all pricing information shall only appear in the Price Proposal (as outlined in Section A - Price Volume below). 4.) Submission - Text and graphics portions of the electronic copies shall be in a format readable by Microsoft (MS) Office 2010, MS Word 2010. Data submitted in spreadsheet format shall be readable by MS Office 2010, MS Excel 2010. All Price information shall be included in the Price Volume and all Technical information should be included in the Technical Volume. Volume Title Page Limits Copies Price Volume 10 pages Electronic Technical Volume 10 pages Electronic Past Performance Volume N/A Electronic ARRANGEMENT OF PROPOSALS Offerors shall submit their proposals in three (3) volumes with (3) attachments per submission to include Volume 1, 2, and 3: (Separate submissions are required for each task. Subject line shall read ex. Task X) Volume 1 - Introduction - This volume is optional and may include the Offeror's business information, introduction and a capability statement. (Ex. Cover letter) Volume 2 - Experience and Past Performance- Includes two (2) parts: Part 1 - Experience (Ex. Resume) Part 2 - Past Performance Information Volume 3 - Technical Approach and Price - Includes Offerors' Technical approach for completing the work described in each specified task area under which the Vendor wishes to compete. This volume also includes a price proposal for the specific task area to which the Vendor responds. EVALUATION OF PROPOSALS The Government's evaluation of the vendor's proposal will include the following general areas: 1)Compliance with submitting a proposal developed in accordance with the instructions provided by this solicitation; 2)The vendor's past performance and experience history; 3)Overall capability of vendor to provide the required services as demonstrated by its technical proposal submission; 4)The overall cost to the government for performing each sample task order. Specifically, the agency will evaluate all proposals against the following three (3) evaluation factors. a)Experience: Offeror's verifiable experience developing similar tools or providing similar services, which must include description of at least three prior projects and their associated deliverables, and client contact information. For this factor we will evaluate the Offeror's demonstrated ability to deliver services to the Federal Government in Task Areas on which Offerors wish to bid. Experience could be evidenced by samples of past work. b)Past Performance Information: The Offeror's Technical proposal shall contain detailed information on past performance and relevant contracts for same or similar services with a minimum of three (3) reference including contract numbers, points of contact with telephone numbers and email addresses (i.e., the point of contact who can verify the Offeror's past performance). c)Technical Approach and Price for Sample Task Areas: Offerors' proposed technical approach must describe in how the Offeror would complete each task under which the Offeror wishes to compete. Offerors shall also provide a firm fixed price proposal for performance of each task area under which Offerors wish to be considered for award. The agency will evaluate the total price for reasonableness. SOLICITATION PROVISIONS Full text of all FAR provisions are available electronically at the following Internet address: http://www.acquisition.gov/far The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. The Federal Acquisition Regulation (FAR) provision FAR 52.212-2 Evaluation-Commercial Items, applies to this solicitation. Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer which is completed by registering in the System for Award Management (SAM) website at: HTTPS://WWW.SAM.GOV/PORTAL. Proposals must also include contractor name and address, contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. The successful contractor must be registered online in the SAM web site prior to contract award. BASIS FOR CONTRACT AWARD The Government will be awarding agreements to new responsible vendors to the existing BPA. In addition, current vendors may be awarded new task areas upon submission of proposal. Vendors whose proposal meets the Government's needs in conforming to this RFP and who possess the required technical capabilities set forth in the contract's scope of work in accordance with the Government's requirements. QUESTIONS Submit all questions via email to sedwards@bbg.gov by August 28, 2018, Not Later Than 12:00 PM Eastern Daylight Time. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Vendors. PROPOSAL DUE DATE The Vendor shall submit its proposal before the due date and time for this solicitation via email to sedwards@bbg.gov. The due date and time for receipt of the proposal is September 4 2018, Not Later Than 2:00 PM Eastern Daylight Time. B.STATEMENT OF WORK: (Please see attached)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/951700-18-RFP-00001/listing.html)
- Place of Performance
- Address: Multiple Locations, United States
- Record
- SN05048358-W 20180823/180821231416-a4fed6dddee2d75cf77697472d533971 (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 |