Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2009 FBO #2791
SOLICITATION NOTICE

R -- News Transcription Services

Notice Date
7/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519110 — News Syndicates
 
Contracting Office
Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002891908600
 
Archive Date
8/12/2009
 
Point of Contact
Jisun Kang, Phone: 951-413-2211
 
E-Mail Address
jisun.kang@dodmedia.osd.mil
(jisun.kang@dodmedia.osd.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation/synopsis reference number HQ002891908600 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word “quoter” substituted for “offeror”. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-32 effective 14 May 2009 and DFARS Change Notice 20090115. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (JUN 2008): (a) Re para (a): NAICS 519110; small business size standard is $7M. (b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time of contract award and throughout the performance period. (2) FAR 52.212-2 (Evaluation – Commercial Items) (JAN 1999) with the following insertion in para (a) “lowest priced technically acceptable quote with acceptable past performance.” Technical evaluation will be whether quoted items satisfy all required characteristics contained the statement of work below. (3) QUOTATIONS MUST BE RECEIVED NOT LATER THAN 8:00 AM PACIFIC TIME 28 JULY 2009 IN ORDER TO BE CONSIDERED. Quote submissions may be e-mailed to jisun.kang@dma.mil or sent via fax to (951) 413-2432. Due to technical issues, email and fax may not result in your proposal arriving before the cut-off time, please allow extra time if you’re sending your quote via electronic means. Any questions must be submitted in writing to jisun.kang@dma.mil no later than 22 July 2009, 10:00 AM Pacific Time for it to be answered. (4) Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items) (FEB 2009) with Alt 1 (FEB 2009) or indication that reps and certs are located on the Online Representations and Certifications Application (ORCA) website. 2-month Transcription Services (1 Aug 2009 – 30 Sep 2009) 1.0 SCOPE: This Performance Work Statement (PWS) describes requirements for verbatim transcripts from television and radio news coverage of defense-related segments and interviews with Department of Defense (DoD) and national security officials. There are three types of transcripts required and each has its individual format, time requirements, and delivery methods. The contractor shall provide delivery of all verbatim transcripts in Microsoft Word format via e-mail to the Current News Service. 2.0 Background and Mission: The Current News Service is charged with providing the Secretary and Department of Defense with a daily morning compilation of news and commentary. The primary means for doing so is the “Early Bird,” completed and online by 0530 on weekdays and 0600 on weekends (and holidays, as required). It is in the Early Bird that most of the transcripts covered by this contract will appear, with staff members making the selection decisions on what to, and not to, include, each night. The Current News Service will be part of the Defense Media Activity until the end of Fiscal Year 2009 (September 30, 2009), at which time it will become officially part of the Office of the Secretary of Defense (Public Affairs). The transfer does not affect the requirements. 3.0 Requirement: 3.1.1 - The contractor will produce a daily recurring-format verbatim electronic transcript—referred to elsewhere here as a “newsletter” – which will consist of the defense-related news segments broadcast by the major television networks (ABC, CBS, CNN, FOX, NBC, and PBS) and National Public Radio. The newsletter, to be delivered each morning by 2:00 a.m., will include the previous day’s defense-related news segments from each network’s main news program, as well as other programs featuring interviews with DoD and national security officials and such other program transcripts that may be requested in advance by the C.O.R. Monday’s newsletter will also include segments from the major networks’ Sunday morning interview programs. The newsletter’s cover page will list the topics reported by each network in that edition. Newsletter size will vary greatly depending on defense-related news coverage, but will average more than 30 single-spaced pages in length (12 point Times New Roman font; 1 column per page; 6 inch column width). A sample edition is attached. Weekend editions, delivered Monday morning, may run in excess of 50 pages. 3.1.2 - The contractor shall provide delivery of the newsletter and all verbatim transcripts in Microsoft Word. 3.1.3 - Contractor shall call Current News Service each morning after transmittal of the newsletter to ensure it has been delivered, retrieved, and has no formatting problems that render it unreadable. 3.2.1 - The contractor shall transmit via e-mail, and place on an FTP back-up site, a newsletter file each day except for the ten federal holidays. When a federal holiday occurs, the newscasts for that day shall be added to the newscasts of the previous day and be contained within one publication. Therefore, the total annual requirement is for 355 newsletters (356 in leap years). 3.2.2 – In the event of national emergencies or conveyed requests from senior Defense officials, the contractor shall provide a holiday edition of the newsletter, conforming to the description in paragraph 3.1. 3.3 - The contractor shall provide verbatim transcripts of broadcasts/press conferences/interviews by senior DoD officials as soon as possible after they are shown. These will be delivered by e-mail no more than 1-2 hours after broadcast to the Current News Service and to OASD (PA). Contractor will be provided with date, time, and source of broadcast for such transcripts and must have the capability to secure source audio from radio and television stations throughout the United States in order to produce said transcripts. It is estimated that these broadcasts/press conferences/interviews will average three per month and have an average duration of 45 minutes each. 3.4 - The contractor shall provide verbatim transcripts of other defense-related broadcasts not included in paragraph 3.1 or paragraph 3.3. It is anticipated there will be a requirement of three verbatim transcripts per month averaging ten pages in length. These transcripts will be transmitted no later than 24 hours after broadcast. Contractor will be provided with date, time, and source of broadcast for such transcripts. 3.5 - The newsletter shall be delivered via e-mail and to an FTP back-up site to be named and determined after signing of the contract to CNS not later than 2:00 a.m. Solicited “immediate” transcripts shall be delivered via e-mail no later than 1-2 hours after broadcast to CNS and OASD (PA). Other solicited transcripts shall be delivered to CNS via e-mail no later than 24 hours after the contractor’s receipt of request. The contractor is to quote a monthly flat rate of service for the two month of service defined above. It is the responsibility of all interested quoters to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the quoter by the Government. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to http://www.ccr.gov/ and follow the instructions. The Government will issue an order to the responsible quoter, with acceptable past performance, submitting the lowest priced technically acceptable quotation. This order will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.204-9 (Personal Identity Verification of Contractor Personnel) (SEP 2007) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAR 2009) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (MAY 2009) FAR 52.219-8 (Utilization of Small Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMC clauses, 52.0100-4028 (Contract Contact Information)(DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006), will be included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/HQ002891908600/listing.html)
 
Record
SN01877255-W 20090718/090716235736-7e509003dc5af3bde7b752afb62e6a13 (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.