Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
SOLICITATION NOTICE

D -- Latin American Pilot Program Morning Show - Statement of Objectives 04142010

Notice Date
4/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
BBG50-10-04142010LA
 
Archive Date
4/23/2010
 
Point of Contact
Rachel E Johnson, Phone: 202-205-0388, Gary C Hosford, Phone: 202.382.7843
 
E-Mail Address
rjohnson@bbg.gov, ghosford@bbg.gov
(rjohnson@bbg.gov, ghosford@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Objectives dated 04142010 referenced in Solicitation BBG50-10-04142010LA Solicitation BBG50-10-100809LA is cancelled in its entirety and is replaced by this solicitation. This Announcement and attached Statement of Objectives clarifies the IBB's requirement and provides an estimate of costs. (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 BBG50-10-04142010LA is issued as a request for proposal (RFP), that will result in a single award of a firm-fixed-price contract using FAR Part 15 [Contracting by Negotiation] procedures to produce a 60-minute morning television news magazine Pilot Program to air in Latin American markets. The morning show pilot shall be presented in Spanish. The pilot shall conform to the VOA Charter and adheres to VOA's Journalistic Code. (iii) This is a combined synopsis/solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39 effective March 19, 2010. (iv) The Contracting Officer (CO) has found and determined that the nature of the supplies to be provided is appropriate for an "unrestricted" procurement. (v) The Contractor shall provide the following item - Contract Line-Item Number (CLIN) No. 1: A sixty-minute pilot show to be approved before work on the two-hour show production commences. CLIN No. 1 also includes a 5-7 minute "highlight reel" for marketing and placement purposes. (vi) The CLIN (1) required above is described in more detail in the attached Statement of Objectives. The first deliverable to be processed is a 60-minute pilot morning show from a suitable venue; Options may be exercised to continue the program production. See attached Statement of Objectives (SOO) dated 04/14/2010 for specific deliverable requirements. (vii) CLIN No. 1 period of performance is 6 months. (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 [see FAR Subpart 15.304 (Evaluation Factors and Significant Subfactors)]. 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) approach to satisfy the technical requirements in the attached Statement of Objectives, (2) ability to deliver on or before the above-stated time requirement, (3)competitive costs based on marketplace conditions and industry standards, and (4) amount of anticipated subcontracting. If necessary, a competitive range may be established for evaluation purposes. Offerors in the competitive range may be invited to participate in oral presentations or have the opportunity to respond to written questions. Award will be based on best value with technical factors more important than price. (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 and incorporates the following clauses: FAR Clause 52.203-6 [Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402)]; FAR Clause 52.219-4 [Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if an Offeror elects to waive the preference, the Offeror shall so indicate in his/her proposal)]; FAR Clause 52.219-8 [Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3))]; FAR Clause 52.222-21 [Prohibition of Segregated Facilities]; FAR Clause 52.222-26 [Equal Opportunity (E.O. 11246)]; FAR Clause 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)]; FAR Clause 52.222-36 [Affirmative Action for Workers with Disabilities (29 U.S.C. 793)]; FAR Clause 52.225-1 [Buy American Act - Supplies (41 U.S.C. 10a-10d)]; FAR Clause 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 an Offeror elects to waive the adjustment, the Offeror shall so indicate in his/her proposal)]; Alternate I of FAR Clause 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns]; FAR Clause 52.232-18 [Availability of Funds]; FAR Clause 52.232-33 [Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332)]; FAR Clause 52.239-1 [Privacy or Security Safeguards (5 U.S.C. 552a)]. (xiii) The Offeror shall note that CLIN No. 1 shall be priced on a firm-fixed price basis. 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 separate documents (proposals) to the BBG, namely: (1) a Price Proposal that states the Offeror's proposed firm-fixed-price for CLIN No. 1 (i.e. all Deliverable items) and (2) a Technical Proposal which contains: (a) a Capability Profile, (b) the description of how they will satisfy the Statement of Objectives, (c) and past experience/performance information. Proposals are due by 2:00 p.m. local time on April 22, 2010 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. Offerors who submitted response to prior Solicitation BBG50-10-100809LA, must resubmit a technical and price proposal for consideration. (xvii) Information regarding this combined synopsis/solicitation can be obtained by contacting the Contracting Officer, Ms. Rachel E. Johnson, at 202.382.7847, or via e-mail at rjohnson@ibb.gov. Any Offeror may submit an offer, which shall be considered by the BBG.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-10-04142010LA/listing.html)
 
Place of Performance
Address: 330 Independence Ave, SW, Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN02121343-W 20100416/100414234708-b70b895b8fcad11634fd3ab688184bb4 (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.