Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2003 FBO #0709
SOLICITATION NOTICE

R -- International English Health Reporter

Notice Date
11/4/2003
 
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
BBGCON2503S5420
 
Response Due
11/21/2003
 
Archive Date
12/6/2003
 
Point of Contact
Kristine Muschette Hicks, Contracting Officer, Phone 202-401-5827, Fax 202-260-0855,
 
E-Mail Address
kmhicks@ibb.gov
 
Description
(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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii) SOLICITATION NUMBER BBGCON2503S5420 IS ISSUED AS A REQUEST FOR PROPOSAL (RFP) AND A CONTRACT WILL BE AWARDED USING FEDERAL ACQUISITION REGULATION (FAR) PART 15 (CONTRACTING BY NEGOTIATION) PROCEDURES. (iii) This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-017 dated October 20, 2003. (iv) The Contracting Officer has found and determined that the nature of the services to be provided is appropriate for an "unrestricted" procurement. (v) CONTRACT LINE ITEM NUMBER (CLIN) 1: The Contractor is expected to successfully perform personal services tasks as a multifunctional researcher/writer/announcer/producer, under the general supervision and guidance of the Director, Special English, Americana & Music Division (VOA/SAM). (vi) DESCRIPTION OF REQUIREMENTS The Broadcasting Board of Governors (BBG), International Bureau of Broadcasting (IBB), subject to the availability of funding, is seeking qualified U.S. citizen or alien candidate who is interested in providing personal services as a multifunctional writer/announcer/producer under the Personal Services Contracting Pilot Program granted to the BBG under Section 504 of Public Law 107-228 (Foreign Relations Authorization Act, FY-2003), dated 9/30/02. The selected candidate will be a Personal Services Contractor (PSC) to the Voice of America (VOA) based on the needs of the Agency. The performance term will be one year from date of contract award with one option year. Special conditions apply to J-1 Visa holders (see below). The below Statement of Work (SOW) outlines the PSC's performance requirements: Specific tasks to be performed by the PSC includes, but are not limited to, the following: Conceives, plans, researches, writes, produces and announces highly targeted news, relating to health topics such as HIV/AIDS, polio eradication, antibiotic resistance infections, tuberculosis, malaria, and reproductive health. Research the impact these diseases have on the world's people, and the medical efforts underway to prevent, treat and control outbreaks. Covers other pathologies or health issues that VOA health programming managers deem appropriate. All scripts shall be written for English broadcast, web-posting, and translation for VOA's foreign language broadcast services. Produce program subjects in consultation with Editors and Program hosts, two to three 3 to 5 minute features per week; features typical include a narrative script from original research and interviews, with voice actualities and ambient sound when appropriate. Produce documentary-length projects, from 6 to 9 minute special segments to 22 minute scripts for the "Our World" show or other VOA program venues. Spot produce 60-90 second health news clips/reports to be included in a "Health Briefs" feature script, that combines three to five health-medical news items, with actualities in a 3-5 minute narrative script. Coordinates the production and editing of stringer and language services-originated health material for house wide re-distribution over VOA's Avstar and Dalet script and audio network. This includes participation in the preparation of radio programs developed by VOA in various languages (including necessary digital audio-editing), adaptation, recording and production of stringer and language service originated material for use by the English Programs Division and other language services. Reports on special events taking place in Washington and travels on occasion to other locations in the United States and elsewhere as directed to gather material and prepare on-the-spot reports for broadcast. Hosts, assists in organization of, and otherwise participates in call-in shows, and responds as needed to listeners' mail and inquiries. Performs other tasks as assigned by the VOA/SAM Director. (vii) Dates and place of delivery: One (1) year Base Period with Option for another year, Broadcasting Board of Governors, International Broadcasting Bureau, Voice of America, Special English, Americana & Music Division 330 Independence Ave., SW, Washington, DC 20237. Acceptance is FOB Destination. (viii) The provision at FAR Subpart 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR Subpart 52.212-2, Evaluation of Commercial Items, is hereby incorporated by reference. The technical evaluation subfactors stated below are significantly more important than price. Past performance will also be considered (see FAR Subpart 15.304). In order to help the Government in its evaluation of past performance, offerors shall provide at least three (3) current references that are readily verifiable and who must response within 3 days after being contacted with valid telephone numbers for similar work. In addition to meeting the requirements to be able to perform the Statement of Work, it is MANDATORY for offerors to meet the following criterion to be further considered for this contract: (1) Must have produced with the past year, broadcast-ready radio features and news reports for use in daily or weekly radio programs. Offerors who meet the above-stated MANDATORY criterion will be further evaluated based on the technical subfactors listed below in descending order of importance: (2) Ability to write and present in a clear, accurate and objective style that provides VOA's international audience with a better understanding of the aforementioned health issues and of the treatments in a practical and comprehensive manner. All scripts are edited by English Features editorial staff in close consultation with VOA Health Programming staff. (3) Demonstrated international experience in health-related issues in the developed and developing worlds and/or a health-journalism background. (4) Ability to work and report in a multicultural and multi-linguistic environment and setting. Familiarity and fluency in one other language currently serviced by VOA is an asset but not a requirement. (5) Ability to travel domestically and internationally. The candidate will travel frequently and on occasion prepare reports for broadcast while on the road. The contractor will be expected to travel extensively within the United States to cover U.S. health and medical research issues, as well as to Europe, Africa, South and Central Asia and East Asis to provide global coverage of the health field. (6) Working familiarity with professional digital sound recording and editing techniques. (7) Ability to work independently, meet deadlines and working in a fast-paced news environment while juggling multiple tasks. (x) OFFERORS SHALL INCLUDE A 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: http://www.arnet.gov/far/; IF REQUESTED, A COPY OF 52.212-3 CAN BE PROVIDED BY CONTACTING THE CONTRACTING OFFICER). (xi) FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and incorporates the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C.253g and 10 U.S.C.2402); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer); 52.219-8, Utilization of Small Business Concerns (15 U.S.C.637(d)(2) and (3)); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 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); 52.225-1, Buy American Act - Balance of Payments Program - Supplies (41 U.S.C.10a-10d); 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub.L.103-355, section 7102, and 10 U.S.C.2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer); Alternate I of 52.219-23; 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (31 U.S.C.3332); 52.239-1, Privacy or Security Safeguards (5 U.S.C.552a). (xiii) The following Provision is included in this solicitation: FAR Subpart 52.216-1 -- Type of Contract (Apr 1984) The Government contemplates award of a Firm-Fixed-Price (FFP) contract resulting from this solicitation. (End of Provision) The following Basic Terms and Conditions apply to any PSC contract awarded as a result of this solicitation: 1) PSC assignments are performed on a contract basis; a contractor is not a U.S. Government employee. 2) Assignments require working in the IBB-VOA offices and studios in Washington D.C. 3) Selected candidates may be required to undergo a background security investigation and successfully pass the security clearance process in order to receive work assignments. 4) PSC candidate must be willing to work on an "as-required" basis. Some broadcasting activities require working irregular hours - such as very early in the morning or late into the evening - depending on the broadcast schedule, and also on weekends and U.S. holidays. PSC contract is for a Base Period of one year with an Option Period of a second year. 5) The Government is obligated to inspect all PSC performed work to insure that it fully satisfies the Government's requirements. The PSC shall ensure compliance with copyright restrictions in the performance of this contract. The following Special Terms and Conditions apply to any PSC contract(s) awarded as a result of this solicitation: 1) Contractor's Firm Fixed Price (FFP) is to be based on a 2,080 hour work-year that will result in an equivalent hourly rate payable to the Contractor. 2) Contractor is paid only for direct labor and approved expenses. 3) Contractor is not paid for relocation expenses, or benefits such as sick/vacation leave, health plan, retirement, etc., or premium pay during holidays, weekends, or shift-work. 4) Contractor must fully meet all applicable immigration status requirements for employment (i.e., appropriate Visa, permanent residency, citizenship, etc.) that are pertinent to the award and implementation of this PSC contract. If the Contractor is subject to J-1 Visa requirements, then the BBG will incorporate the insurance and round-trip travel requirements into the PSC contract as appropriate. 5) The Contractor will certify in writing in accepting this PSC contract his/her willingness to work rotating (i.e., day, night, overnight) shifts, weekends, and/or U.S. holidays as necessary per BBG mission requirements. 6) As stated above, the predominant work location is at the BBG/IBB-VOA Headquarters in Washington, DC. However, the Contractor may be required, on occasion, to travel during the performance of his/her official duties. Official travel authorization and reimbursement is not part of this PSC contract, but is handled separately by the Contractor using BBG/IBB official Travel Authorization procedures and reimbursement using official Travel Voucher procedures in accordance with Foreign Travel Regulations. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition. (xv) No numbered notes apply to this acquisition. (xvi) Interested candidates shall provide two (2) separate documents (proposals): 1) price proposal (requested annual Total Price based on a 2080 hour work-year up to $48,000 per year), and 2) non-price (resume/curriculum vitae, and evidence of past performance). In addition offerors shall provide a completed copy of (x) above, FAR Subpart 52.212-3. Submissions are due by 2:00 p.m., November 21, 2003 at the following address: Broadcasting Board of Governors (BBG) International Broadcasting Bureau (IBB) Office of Contracts Room 2500, Switzer Building 330 C Street, SW Washington, DC 20237 Attn: Kristine Muschette-Hicks Ph: (202) 401-5827 In order to ensure timely receipt, PSC proposal submissions may be submitted in person, by Federal Express or equivalent, via e-mail at kmhicks@ibb.gov or facsimile at 202-260-0855. All submissions must meet the deadline stated above in Paragraph (xvi). (xvii) Information regarding this solicitation can be obtained by calling the Contracting Officer, Kristine Muschette-Hicks, at (202) 401-5827, or via e-mail at kmhicks@ibb.gov All interested parties may submit an offer, which shall be considered by the BBG/IBB-VOA.
 
Place of Performance
Address: 330 Independence Avenue, Washington, DC 20237
 
Record
SN00464141-W 20031106/031104212235 (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.