Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

R -- Duplication and Distribution of Video Products to China

Notice Date
8/27/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512191 — Teleproduction and Other Postproduction Services
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, District of Columbia, 20237
 
ZIP Code
20237
 
Solicitation Number
BBGCON2208C6760
 
Response Due
9/17/2008 2:00:00 PM
 
Archive Date
10/2/2008
 
Point of Contact
Wayne D Greene,, Phone: 202-619-2339, Herman P Shaw,, Phone: 202-205-8412
 
E-Mail Address
wgreene@bbg.gov, hshaw@bbg.gov
 
Small Business Set-Aside
N/A
 
Description
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 No. BBGCON2203S5378 is issued as a Request for Proposal (RFP) and a contract will be awarded, contingent upon the availability of funds, using FAR Part 15, Negotiation procedures. (iii) This solicitation document and incorporated provisions and clauses are those in effect through (FAC) 2005-26, dated June 12, 2008. (iv) This is a full and open procurement duplication and distribution of audio/video program materials under NAICS 512191 Teleproduction and Other Postproduction Services. The Contractor shall perform all work in accordance with the Statement of Work (SOW) for a one-year period at a firm-fixed price (FFP).(v) The Broadcasting Board of Governors/International Bureau of Broadcasting (BBG/IBB) has a requirement for a Contractor to provide copies of audio/video programming produced by Voice of America (VOA), and provide distribution of the programming into China and possibly other countries with Chinese-language markets. The Contractor shall coordinate duplications and shipments with the Voice of America (VOA) China Branch. For background purposes, BBG/IBB oversees the mission and operation of the Voice of America (VOA). The VOA’s Chinese Branch is responsible for communicating news and information directly to the people of the world, in particular Chinese. The methods of communication include television and digitized audio/video program materials on CD-ROM, DVD, VCD, Beta cam PAL/NTSC, High Definition and other formats. STATEMENT OF WORK: Overall Requirement: The specific contract line item numbers (CLIN’s) are shown in part iv, below. Offerors shall provide firm-fix price (FFP) for each of the following CLIN’s: CLIN 1, Conversion of video from NTSC Beta Tape to PAL Beta Tape, Quantity 1 Ea. CLIN 2, Digitalization of NTSC video to CD/DVD-type format, Quantity 1 Ea; CLIN 3, Duplication of Beta PAL tapes for: 15, 30, 60, and 120 minutes, Quantity 1 Ea; CLIN 4, Duplication of Beta NTSC tapes for: 15, 30, 60, and 120 minutes, Quantity 1 Ea; CLIN 5, Duplication of VHS PAL tapes for: 15, 30, 60, and 120 minutes, Quantity 1 Ea; CLIN 6, Shipping charges to People’s Republic of China (PRC) for: 1 tape, 2 tapes, 3-5 tapes, 6-10 tapes, and 11-20 tapes. CLIN 7, Shipping charges to (PRC) for 1-5 CD/DVDs, 6-10 CD/DVDs, and 11-20 CD/DVDs. CLIN 8, Conversion of video from NTSC Beta tape to PAL Beta tape, Quantity 1 Ea; CLIN 9, Digitalization of NTSC video to CD/DVD-type format, Quantity 1 Ea. Offerors shall show yearly firm-fixed price (FFP) for each CLIN. (vi) Special Technical Requirements: (1) The Contractor shall be responsible for labeling program materials including the use of Chinese characters. (2) The Contractor shall be responsible for providing proper sheaths for tapes or DVDs or jewel boxes for CDs, etc. (3) The Contractor shall be responsible for providing for distributing the program materials unless otherwise requested by the Government. (4) The Government will provide the Contractor with the names and addresses of recipients for the shipments. (5) The Contractor shall confirm receipt of program materials shipped to China. (6) The Government will not be responsible for any duties or customs fees for delivery of program materials. (7) The Contractor shall not distribute any of the materials within the United States. Any violation will be grounds for termination. (8) The Contractor shall coordinate its work with the Authorized Representative of the Contracting Officer (AR/CO). Any Contractor problems associated with the conversion, duplication, shipping, etc. shall be brought to the immediate attention of the AR/CO. A contract award will be made by the contracting officer based on: A) the Offeror's Technical Capabilities/Experience (for which there are four (4) equally weighted subcriteria); and B) the Offeror's price for this effort, of the two Selection Criteria, Technical Capabilities/Experience is significantly more important than cost or price. The Technical Capabilities/Experience subcriteria are as follows: 1. Offerors shall provide audio/video program duplication from and into NTSC and PAL standards in various formats including but not limited to Betacam, Betacam SP, Betacam SX, VHS, CD-ROM, VCD or DVD. 2. Offerors shall have resources or subcontractor to deliver video programs to recipients in the People’s Republic of China and other countries. 3. Offerors shall confirm receipt of programs by recipients. 4. Offerors shall have the ability to establish in consultation with the VOA Chinese Branch managers a schedule for shipments of programs and to maintain that schedule. (vii) The period for performance shall be for one (1) year from date of contract award with four (4) additional optional one-year periods, which may be exercised at the Government’s discretion subject to availability of funding for the intended purpose. (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items is hereby incorporated by reference. Offerors are reminded to identify and submit their DUNS number with their proposal. Offerors responding to this solicitation shall submit the following items to the contracting office: (1) Technical proposal that demonstrates the Offeror has previously and successfully delivered similar services. (2) Detailed narrative explaining its approach to meeting the specifications of this requirement, including and estimated time schedule for completion. (3) Separate Price Proposal. (4) Past Performance information showing a list of work with point of contact, telephone and facsimile numbers, description of project, schedule, price and date completed. (ix) FAR provision FAR 52.212-2 Evaluation of Commercial Items applies to this acquisition. The Government will award a firm-fixed price (FFP) contract resulting from this RFP to the responsible Offeror whose offer conforming to the RFP will be most advantageous to the Government based on technical, price, past performance and other factors. (x) Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. Proposals must also include prompt payment terms and correct remittance address, if different from mailing address. (xi) The clause at 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 Statues or Executive Orders--Commercial Items, including subparagraphs (b)(3,6,7,8 and 9) 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 Eligible Veterans (38 U.S.C. 4212); 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act (41 U.S.C. 10a - 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). (ii) Alternate I of 52.225-3, (iii) Alternate II of 52.225-3. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (xiii) 52.232-19 Availability of Funds for the Next Fiscal Year applies to this procurement. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition; (xv) N/A (xvi) Failure to provide any of the above-required items may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address (http://www.arnet.gov.far). Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral proposals will not be accepted. Proposals are due at the Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Room 4007D, Washington, DC 20237 by 2:00 p.m., Eastern Daylight Time on September 17, 2008. (xvii) Contact Wayne Greene, Contract Specialist, Telephone: 202-619-2339, Facsimile (202) 260-0855, Email: wgreene@ibb.gov. All responsible sources may submit an offer, which will be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0d62ed86c800a7636ff4c92cb894970d&tab=core&_cview=1)
 
Record
SN01652828-W 20080829/080827221531-0d62ed86c800a7636ff4c92cb894970d (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.