Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2002 FBO #0273
SOLICITATION NOTICE

R -- ADVERTISING COMPAIGN FOR NAIROBI

Notice Date
8/30/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
 
ZIP Code
20237
 
Solicitation Number
CON-02-0028
 
Response Due
9/16/2002
 
Point of Contact
Sheila Thurston, Contracting Officer, Phone 202-619-3757, Fax 202-205-1921, - Gloria Sweetney, Contracting Officer, Phone 202-619-1623, Fax 202-205-1921,
 
E-Mail Address
thurston@ibb.gov, gjsweetn@ibb.gov
 
Description
The Broadcasting Board of Governors/ International Broadcasting Bureau (BBG/IBB), has a requirement for a contractor to design, develop, plan and implement a successful Advertising Campaign in the following media markets; Nairobi, Kenya; Kigali, Rwanda; Kinshasa, Democratic Republic of the Congo using the "Test Program for Certain Commercial Items" specified in Subpart 13.500 of the Federal Acquisition Regulation (FAR). Pursuant to FAR 12.603, the following constitutes both the synopsis and the solicitation: (i) 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; written proposals are herein being requested, and a separate solicitation will not be issued. (ii) The solicitation number for this procurement is CON-02-0028 and this solicitation is issued as Request for Quotation (RFQ). (iii) incorporated provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2001-008, Title 48, July 29, 2002. (iv) The Contracting Officer has found and determined that the nature of the services to be performed is appropriate for an "unrestricted" procurement in accordance with FAR Subpart 19.502 entitled "Setting aside acquisition". (v) The contract line item and services are as follows: Item 1. a. Develop, design, and produce advertising materials such as billboards bumper stickers, print ads, and outdoor signage in English and/or the appropriate local language (such as Swahili, Kinyarwanda, French). b. Develop and recommend cost effective plan of placement in media as required, and provide rationale for recommendations. c. Manage media placement, including submission of materials to media. (vi) The scope of this project is to develop a promotional campaign, provide consultation and assistance in planning a successful advertising campaign for current and new VOA programs Nairobi, Kenya, Kigali, Rwanda and Kinshasa; Democratic Republic of the Congo. Nairobi, Kenya is the primary media market. The other markets could change as the needs require. (vii) Period of Performance: September 2002 through December 2003. NOTE: Materials shall be delivered by the media closing dates. The campaign should run during the course of calendar year 2002-2003, and completed by the end of calendar year 2003. The flight schedule shall be in coordination with planned IBB media research surveys, with the launch of VOA's new Kinyarwanda program, and/or any special news coverage or event. (viii) The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, (1) Price quotations submitted in response to this RFQ that exceed the Simplified Acquisition Threshold (as specified in FAR subpart 2.101, Definitions) will not be considered as responsive to this RFQ. (2) Offerors are reminded to submit their DUNS Number with their price quotation. (3). The Office of Marketing and Program Placement must approve all design work, graphic materials and campaign plans before prior use or placement in the media. (ix) FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a firm-fixed price contract (i.e., purchase order) resulting from this RFQ to the responsible quoter whose offer conforming to the RFQ will be most advantageous to the Government, based on: A) the quoter's Technical Capabilities/Experience (for which there are four (4) equally weighted subcriteria); and B) the quoter's price quotation. Of the two selection criteria, Technical Capabilities/Experience is the significantly dominant criterion over the price criterion. The Technical Capabilities/Experience subcriteria are as follows: 1. Demonstrated experience in developing similar media campaigns and events in East Africa, namely Kenya, preferably for a large broadcaster and/or an International company or organization. 2. Prior successful design experience of the firm: The Office of Marketing and Program Placement seeks to contract with a firm experienced in designing, developing, planning and implementing an effective and a successful advertising campaign for VOA's target market in Kenya. Experience with the other target markets is a plus. Past experience in placing ads in publications, newspapers, billboards, etc. The Contractor shall provide samples of similar projects that demonstrate successful past performance, quality of workmanship and the relevance to our project. The descriptions shall include names, titles, and phone numbers, project dollar amount, level of staffing and duration of the project. It shall also indicate the role and time commitment of the firm's personnel on the referenced project is considered relevant to the project. 3. Qualifications/Experience of Key Personnel: A commitment to assign a principal of the firm to be centrally involved with the project for the duration of the contract must be stated in the responses. The bidder shall identify proposed project manager and firm's key team members, including identifying staff members contributing to the overall graphic design, employment status, and time commitment to the project. 4. Timely Response Capability: Time exigencies and tight deadlines require that the Office of Marketing and Program Placement contract with a firm capable of providing responsive and timely attention to requirements and has made provisions to be accessible by email, telephone, or fax at all times. Each of the quoter's response to the Solicitation/RFQ shall include sufficient information on the above technical subcriteria to enable the Government to objectively evaluate the quoter's technical capabilities/experience to successfully perform the work specified. For this requirement quoters shall provide technical capabilities/experience information for same or similar work performed by the quoter within the last three (3) years. (x) Quoters shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition-with no addenda to the clause. (xii) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition as well as the following clauses contained within FAR Clause 52.212-5; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Veterans (38 U.S.C. 4212); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, 13129); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (xiii) The following FAR clause is also applicable to this acquisition: 52.222-22, Previous Contracts and Compliance Reports. There are not any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) necessary for this acquisition other than those consistent with customary commercial practices. (xiv) The Defense Priorities and Allocations systems (DPAS) and assigned rating is not applicable to this acquisition. (xv) None of the Numbered Notes are applicable to this acquisition. (xvi) Offers are due not later than Close of Business (3 PM EST), Monday, September 16, 2002 and they shall reference RFQ No. CON-02-0028. Price Quotations may be sent via either facsimile to (202) 205-1921; e-mail at thurston@ibb.gov or by mail to BBG/IBB, Office of Contracts, 330 C Street, SW, Room 2512, Washington, DC, Attn: Sheila Thurston. Quoters responding to this RFQ shall submit to the above-listed Purchasing Agent the following information by mail, facsimile, or e-mail, as part of their price quotation: unit and extended price for the above-listed line-items, prompt payment terms, correct remittance address if different form the quoter's mailing address, and a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Oral price quotations will not be accepted for this acquisition. (xvii) Any questions related to this proposed procurement shall be in writing and shall be sent directly and only to the Purchasing Agent, Sheila Thurston. All responsible sources may submit price quotation, which shall be considered by the Agency.
 
Record
SN00154493-W 20020901/020830213048 (fbodaily.com)
 
Source
FedBizOpps.gov 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.