Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2008 FBO #2567
SOLICITATION NOTICE

R -- Turnkey Broadcast Services

Notice Date
12/4/2008
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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
BBGCON112909MEDC
 
Response Due
12/15/2008 2:00:00 PM
 
Archive Date
12/30/2008
 
Point of Contact
Myria ED Carpenter,, Phone: 202-205-8597, Herman P Shaw,, Phone: 202-205-8412
 
E-Mail Address
mecarpen@ibb.gov, hshaw@bbg.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM 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. BBGCON112909MEDC is issued as a Request For Proposal (RFP) and a contract will be awarded using the contracting by negotiation procedures in FAR Part 15. (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-027, dated October 17, 2008. (iv) This is a total small business set aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 541990 and the small business size standard is $7.0M (v) The contractor shall be required to provide the following Contract Line Items as shown in the uploaded Item Description Pricing.(vi.) The Broadcasting Board of Governors, International Broadcasting Bureau (BBG/IBB), Office of Contracts (CON) located in Washington, DC has a requirement for TV broadcast service from a broadcast provider who has excess time available on a Miami market DirecTV channel. The Office of Cuba Broadcasting, located in Miami Florida, will provide signal delivery. OCB's TV Marti requires the following: 1. Broadcast 26 minutes of uninterrupted live news provided by OCB between the hours of 6:00 to 6:30 p.m. Monday – Friday, 2. Broadcast 26 minutes of uninterrupted pre-recorded programming provided by OCB between the hours of 6:30 to 7:00 p.m. Monday – Friday, 3. Broadcast 26 minutes of uninterrupted pre-recorded programming provided by OCB between the hours of 11:30 p.m. to midnight Monday – Friday, and 4. Broadcast 26 minutes of uninterrupted pre-recorded programming provided by OCB for each half hour between the hours of midnight to 2:00 a.m. seven days per week. The Source may broadcast its own station announcements before or after OCB programs, but not during OCB programs. The OCB programming shall be run uninterrupted for 26 minutes during each half hour segment. Station announcements shall be limited to commercials and features of local interest and must be clearly distinguished from the OCB and the United States Government and shall be done with the highest degree of integrity and business ethics. Also, there shall be no political advertising immediately before or after the OCB provided programming.(vii) The contract terms will begin with service beginning on or about December 19, 2008, through December 18, 2009, with four (4) subsequent 1-year option periods beginning on December 19 of each option period, if exercised. The Contractor shall submit a monthly invoice electronically to OCB, for services provided the preceding month. (viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services. Interested contractors must provide in their proposal a narrative about how they will address security requirements, in addition of listing similar projects with the same or like requirement, budgetary estimates, and the names, addresses, telephone numbers, and email addresses of references who have direct knowledge of the contractor’s skills and experience. Contractor qualifications shall included but not be limited to: a) prior experience; b) a successful turnkey uninterrupted broadcast services is currently being accomplished in such a manner as to ensure acceptance by its customers; and c) sufficient personnel and equipment to air OCB’s programming is available to comply with all contract requirements. Offerors responding to this solicitation shall submit the following items to the contracting officer: [1] Narrative and detailed information on service requirement and identified in the contractor’s Quality Control Plan, the proposed commitment in meeting the specific timeframe hours/days and the performance measures that the offeror will take to meet all contract requirements; [2] Detailed information on past performance, including recent (within last 3 years from date of this notice) and relevant contracts for similar services and other references including contract numbers, points of contact with telephone numbers, email addresses and other relevant information; and [3] Prices for all of the listed CLINS must be provided in English and United States dollars on the Item Description Pricing sheet uploaded to the FedBizOpps with this combined synopsis/solicitation. (ix) The Government will award a Commercial Item, Firm-Fixed-Price, contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based on price, technical, past performance, and other factors in the solicitation. When combined, technical evaluation factors are approximately equal to cost/price. The following factors shall be addressed in the technical proposals and shall be used to evaluate proposals: 1) The contractor must provide a description of the approach that they will take to meet the requirement (Management Approach); 2) The contractor’s understanding of the requirements and ability of the contractor to provide the required services meeting the technical requirements stated herein (Contractor Qualifications); 3) A description of their organization and its demonstrated capabilities in performing the service requirement and schedule (Capabilities Statement); 4) Detailed information on past performance and relevant contracts for similar services with a minimum of three (3) references including contract numbers, points of contact with telephone numbers, email and other relevant information (Past Performance); and 5) A separate Price Proposal showing a breakdown of the price for the above CLINS (Price) Prices for all of the listed CLINS must be provided in English and United States dollars on the Item Description Pricing sheet uploaded to the FedBizOpps with this combined synopsis/solicitation. Offerors are cautioned that failure to address each of the above factors may deem their proposal unacceptable. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. The contractor must be registered on-line with the Central Contractor Registration (CCR) Web site at: http://www.ccr.gov/Start.aspx. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice. (xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows: AUTHORIZED REPRESENTATIVE OF THE CONTRACTING OFFICER The Contracting Officer will appoint by letter an Authorized Representative of the Contracting Officer (AR/CO), who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the AR/CO shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE AR/CO TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 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); 52.222-39 Notification of Employee Rights Concerning Payment of union Dues or Fees (E.O. 13201); 52.222-50 Combating Trafficking In Persons; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-9 Option to Extend the Term of the Contract and 52.237-3 Continuity of Services ;(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. (xv) Notice of Delay- If the contractor becomes unable to complete the contract work at the time(s) specified because of technical difficulties, notwithstanding the exercise of good faith and diligent efforts in the performance of the work called for hereunder, the contractor shall give the contracting officer written notice of the anticipated delay and the reasons therefore. Such notice and reasons shall be delivered promptly after the condition creating the anticipated delay becomes known to the contractor but in no event less than forty-five (45) days before the completion date specified in this contract, unless otherwise directed by the contracting officer. When notice is so required, the contracting officer may extend the time specified in the schedule for such period as deemed advisable. (xvi) There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. NOTE: See government-wide numbered notes 13 and 25. (xvii) Failure to provide any of the above-required CLIN 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. Questions must be submitted in writing to the contract specialist at the email address or facsimile number provided at the end of this notice. Please note that the deadline for submission of questions is December 5, 2008, by 12:00PM, Eastern Time. Questions must be submitted in writing by email to: mecarpen@bbg.gov. Proposals shall be submitted is an original and three copies must be sent via courier or overnight delivery prior to the deadline. Proposals are due at the Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007B, Washington, DC 20237 on December 12, 2008, at 2:00PM, Eastern Time. (xviii) Contact: Myria Carpenter, Contract Specialist, Telephone: 202-205-8597, Facsimile 202-260-0855, email: mecarpen@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0f7afd6f0e348c3e84a3989f6374093b&tab=core&_cview=1)
 
Record
SN01713559-W 20081206/081204220757-0f7afd6f0e348c3e84a3989f6374093b (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.