Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
MODIFICATION

R -- Broadcast Production and Distribution Support Contract - Revised Statement of Objectives

Notice Date
9/1/2010
 
Notice Type
Modification/Amendment
 
NAICS
512290 — Other Sound Recording Industries
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2010-N-12090
 
Archive Date
10/21/2010
 
Point of Contact
Zalerie P Moore, Phone: 770-488-2053
 
E-Mail Address
fkw7@cdc.gov
(fkw7@cdc.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Revised Statement of Objectives In accordance with 15 U.S.C. 637(e), 41 U.S.C. 416, and FAR 6.204, the Centers for Disease Control and Prevention (CDC), Office of the Associate Director for Communication (OADC), Division of Communication Services (DCS),has a requirement for contractual services to procure Broadcast Production and Distribution Support. The purpose of the contract will be to provide personnel support and as-needed systems maintenance / updating for broadcast production facilities in the Tom Harkin Global Communications Center (GCC). GCC is CDC's public presence and the dissemination point for worldwide public health education and information. The communications hub of the GCC are Digital and High-Definition (HD) Broadcast, Graphic Production, and Distribution Facilities located in the basement and press room, on the second floor, of the GCC. These services utilize broadcast, satellite, videotape, web and computer-based delivery, while embracing emerging technologies for CDC Centers, Institutes and Offices. The Revised Statement of Objectives is attached for informational purposes only. The Technical Evaluation criteria shall include: Criteria 1: Understanding of Requirement/Proposed Technical Approach; Criteria 2: Corporate Capability/Experience; Criteria 3: Experience of Personnel, and Criteria 4: Management Plan. The technical merit of the evaluation criteria will be rated using adjectival ratings. The adjectival ratings will depict how well the offeror's proposal meets the evaluation standards and the solicitation requirements. The offeror's technical proposal will also be given a risk rating utilizing the same evaluation criteria. Past Performance will be rated using a performance risk assessment. This will be an 8(a) Competitive Set-Aside with the NAICS Code 512290, Other Sound Recording Industries, size standard $7 million. One (1) Single Award is contemplated for a Time and Material/Labor Hour, Indefinite Delivery, Indefinite Quantity contract with a not to exceed amount of $ 11.3 million. The anticipated period of performance will be a Base Period and Four (4) One (1) Year Option Periods for a total of 60 months, five (5) years. The incumbent contractor is CNI, Construction, LLC, 2600 John Saxon Blvd, Norman, OK 73071-1166. The contract number is 200-2005-13269. The Request for Proposal (RFP) will only be available by downloading from this internet site: www.fedbizopps.gov. The RFP will be posted on or about September 15, 2010. The anticipated contract award date is 1 December 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2010-N-12090/listing.html)
 
Place of Performance
Address: Centers for Disease Control and Prevention,1600 Clifton Road, NE, Roybal Campus, Atlanta, Georgia, 30333, United States
Zip Code: 30333
 
Record
SN02264782-W 20100903/100902000207-f452aace115330421b448a1cfbb97735 (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.