Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
DOCUMENT

D -- Development of a Workflow System for OMPP - Statement of Objectives

Notice Date
9/2/2008
 
Notice Type
Statement of Objectives
 
NAICS
519190 — All Other Information 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
BBGCON-0408-S6761
 
Archive Date
9/25/2008
 
Point of Contact
Rachel E Johnson,, Phone: 202-205-0388
 
E-Mail Address
rjohnson@bbg.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This Combined Synopsis/Solicitation was prepared by the U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB) pursuant to Federal Acquisition Regulation (FAR) Subpart 12.603 [Streamlined Solicitation for Commercial Items] to include the following additional information: (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of 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)This Solicitation Number BBGCON0408S6761 is issued as a request for proposal (RFP), that will result in a single award of a firm-fixed-price contract using FAR Part 13 [Simplified Acquisition Procedures] procedures for expert services to develop a system for executing and processing contracts, grant awards, and other types of agreements designed to place BBG/IBB programming with media outlets around the world. (iii)This is a combined synopsis/solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-026 dated June 12, 2008. (iv)The Contracting Officer (CO) has found and determined that the nature of the supplies to be provided is appropriate for Small Business Set-Aside procurement. (v)The Contractor shall provide the following item - Contract Line-Item Number (CLIN) No. 1: Develop a workflow process to expedite processing of agreements, through various BBG/IBB offices. (vi)The CLIN required above is described as follows: CLIN No. 1: the workflow will be used to a) enable OMPP personnel to determine which type of agreement is appropriate for each media outlet; b) assist all parties in understanding which portions of an agreement are negotiable or not applicable and can be modified or removed; c) assist all parties to better understand how to identify and apply available funds toward an agreement; d) expedite appropriate exchanges of consideration or delivery of U.S. Government property; and e) anticipate possible deviations from normal business practices and development separate workflows to handle such events. (vii)CLIN No. 1 shall be completed no more than 9 months after notice to proceed. (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 into this combined synopsis/solicitation. The below-stated technical evaluation subfactors, when combined, are more important than price in the BBG's overall evaluation of an Offeror's proposal. Past performance will also be considered. In order to help the Government in its evaluation of past performance, Offerors shall provide at least three (3) current references with valid telephone numbers of customers for similar services. The technical evaluation subfactors in descending order of importance are (1) technical evaluation factors (i.e., the strength of prospective contractors resume/CV, approach to the performance of work) and (2) price evaluation factors. (x)Offerors shall submit a completed copy of the provision at FAR Subpart 52.212-3 [Offeror representations and certifications -- commercial items] with their proposal. This provision can be found at the following website: http://www.arnet.gov/far/; if requested by an Offeror, a copy of far subpart 52.212-3 can be obtained 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. (xiii)The Offeror shall note that CLIN No. 1 shall be priced on a firm-fixed price. The Contractor's proposed prices shall include wages, overhead, general and administrative expenses, and profit. (xiv)The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this acquisition. (xv)No numbered notes apply to this acquisition. (xvi)Offerors shall submit two (2) separate documents (proposals) to the BBG, namely: (1) a Price Proposal that states: (a) the Offeror's proposed firm-fixed-price for CLIN No. 1 and (2) a Technical Proposal which: contains (a) a Capability Profile (b) the description of how they will complete the work (c) and past experience/performance information. Proposals are due by 2:00 p.m. local time on September 10, 2008 at the following address: Broadcasting Board of Governors (BBG), Office of Contracts (M/CON), Room 4306, Switzer Building, 330 "C" Street (SW), Washington, DC 20237, Attention: Ms. Rachel E. Johnson. Proposals may be submitted in hard copy format only (i.e., in person, U.S. Mail, or Federal Express or equivalent commercial courier service). Offerors should note that proposals submitted by e-mail or facsimile will not be considered. (xvii)Information regarding this combined synopsis/solicitation can be obtained by contacting the Contracting Officer, Ms. Rachel E. Johnson, at (202) 205.0388, or via e-mail at rjohnson@ibb.gov. Any Offeror may submit an offer, which shall be considered by the BBG.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=adfc849f397e55ba6987cc51ab426e35&tab=core&_cview=1)
 
Document(s)
Statement of Objectives
 
File Name: Attachment describes the workflow system objectives for executing and processing contracts, grant awards, and other types of agreements designed to place BBG/IBB programming with media outlets around the world. (Worflow System Objectives Attachment.doc)
Link: https://www.fbo.gov//utils/view?id=2ca12bd9a6871d7e8d4143b7c78bf77f
Bytes: 35.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Broadcasting Board of Governors, 330 Independence Ave., SW, Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN01657131-W 20080904/080902221052-adfc849f397e55ba6987cc51ab426e35 (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.