Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOLICITATION NOTICE

D -- Program License Agreement - SF 1449

Notice Date
8/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
533110 — Lessors of Nonfinancial Intangible Assets (except Copyrighted Works)
 
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-R-10-0010
 
Archive Date
9/11/2010
 
Point of Contact
Myria Carpenter, Phone: 202-382-7861, Herman P Shaw, Phone: 202-382-7856
 
E-Mail Address
mecarpen@bbg.gov, hshaw@bbg.gov
(mecarpen@bbg.gov, hshaw@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
SF 1449 (i) 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; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Broadcasting Board of Governors (BBG) has a requirement for a contractor to provide commercially available Program License Agreement for A&E Television Networks (A&E) History Channel Programs for exhibition over the Voice of America (VOA) Persian News Network (PNN) by direct broadcast satellite into Iran and surrounding regions. (ii) Solicitation No. BBG50-R-10-0010 is issued as a Request For Quote (RFQ) and a commercial item 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 Regulation, FAC No. 2005-43, dated 8/2/10. (iv) This is a full and open procurement under NAICS 533110. (v) The contractor shall provide a firm fixed price (FFP) under a contract line item number (CLIN) to provide Program License over a Base Year and two (2) yearly options. (vi) STATEMENT OF WORK: In addition to the above, BBG will have the programs translated and voiced into Farsi. The period of time in which these programs can be aired over PNN shall be two (2) years after the commencement of the license period, or the date that BBG shall have used its ninth play date (no more than four (4) exhibitions of a program within a single 24 hour period). (vii) The contract terms will begin with service starting on or about September 15, 2010 through September 14, 2011, with two (2) yearly options to extend services under FAR clause 52.217-8 Option to Extend Services, depending upon the availability of funding. (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 quote identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services as stated in the SOW. Interested contractors must provide in their quote a listing of 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. Offerors responding to this solicitation shall submit their written response to Item Nos. 1, 2, 3 and 4 below to the contracting officer, and a firm fixed price (FFP) for the base year and options in English and in Dollars. (ix) The Federal Acquisition Regulation (FAR) provision FAR 52.212-2 Evaluation-Commercial Items, applies to this solicitation The Government will award a Commercial Item, Firm-Fixed-Price contract resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ 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 quotes and shall be used to evaluate quotes: 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 contractor's 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). Offerors are cautioned that failure to address each of the above factors may deem their quote unacceptable. Following an initial evaluation of the qualification and performance data submitted, discussions may be held with firms within the competitive range. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Quotes 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 no addenda to the clause. (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: 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (31 U.S.C. 6101 note); 52.219-8 Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3)); 52.222-3 Convict Labor (E.O. 11755); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); 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); 52.225-13 Restrictions on Certain Foreign Purchases (EOs, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 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: 52.203-2 Certificate of Independent Price Determination; 52.204-7 Central Contractor Registration; 52.209-5 Certification Regarding Responsibility Matters; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.217-9 Option to Extend the Term of the Contract; 52.219-1 Small Business Program Representations; 52.222-22 Previous Contracts and Compliance Reports; 52-222-25 Affirmative Action Compliance; 52.232-19 Availability of Funds for the Next Fiscal Year; 52.233-1 Disputes; 52.233-2 Service of Protest; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-3 Continuity of Services; 52.246-4 Inspection of Services; 52.246-25 Limitation of Liability-Services; 52.247-34 F.o.b. Destination; 52.252-1 Provisions Incorporated by Reference; and 52.252-2 Clauses Incorporated by Reference. (xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. (xv) 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. (xvi) Failure to provide any of the above-required CLIN may result in the rejection of your quote. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Quotations shall be in writing and must be signed by an official authorized to bind the organization. Oral quotations 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 no later than 12 pm EDST on Wednesday, August 18, 2010. Quotations shall be submitted in an original and three copies and must be sent via courier or overnight delivery prior to the deadline not later than 2:00PM EDST, August 27, 2010 to the Attn; Myria Carpenter, BBG, Office of Contracts, Switzer Building, Room 4007, 330 C Street, SW, Washington, DC 20237. NO FAX OR EMAIL SUBMISSIONS WILL BE ACCEPTED. (xvii) Contact: Any questions related to this proposed acquisition shall be submitted in writing and shall be sent directly and only to the Contract Specialist, Myria Carpenter via e-mail at mecarpen@bbg.gov of fax at 202-382-7861 no later than 12pm EDST on Wednesday, August 18, 2010. All responsible sources shall be considered by the BBG. All written requests for information regarding this requirement shall include company name, mailing address, point of contact, telephone number, and facsimile number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-10-0010/listing.html)
 
Place of Performance
Address: 330 Independence Avenue, Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN02231797-W 20100808/100806235233-f9b3e9ba32047cfb51595aecb19db5bc (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.