Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2011 FBO #3379
SOLICITATION NOTICE

R -- DirecTV Broadcast Services - Addendum B past Performance References - Addedum A - Price Schedule

Notice Date
2/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517410 — Satellite Telecommunications
 
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-11-0008
 
Archive Date
4/1/2011
 
Point of Contact
Myria Carpenter, Fax: 202-382-7870, Herman P Shaw, Fax: 202-382-7870
 
E-Mail Address
mecarpen@bbg.gov, hshaw@bbg.gov
(mecarpen@bbg.gov, hshaw@bbg.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Price Schedule to be used with Price Proposal Form to be used to provide past performance information (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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii) Solicitation No. BBG50-R-11-0008 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 2005-048, dated January 31, 2011. (iv). This is a total small business set aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 517410 and the small business size standard is $15.0M (v). The contractor shall provide the 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, D.C. anticipates a need (subject to availability of funding) to lease broadcast time from a Spanish Language Television (TV) Broadcaster in the Miami, Florida market area with time available in its broadcasting schedule on the local channels service of DirecTV and similar direct-to-home satellite services. The objective in leasing these specific broadcast services is to take advantage of the direct-to-home services south Florida satellite footprint spillover to reach a potential audience in Cuba. The time (to be priced in half hour blocks) will be needed by the Office of Cuba Broadcasting (OCB), also located in Miami, Florida, for its TV Marti programming between the hours of 10:00 p.m. to 11:00 p.m. (Monday - Friday) and 9:00 p.m. - 11:00 p.m. (Saturday - Sunday). The precise number of hours to be required will be subject to the availability of FY 2011 funding. OCB may require the following: 1. Broadcast 26 minutes of uninterrupted programming provided by OCB between the hours of 10:00 pm to 10:30 pm Monday through Friday; 2. Broadcast 26 minutes of uninterrupted programming provided by OCB between the hours of 10:30 pm to 11:00 pm Monday through Friday; 3. Broadcast 26 minutes of uninterrupted programming provided by OCB between the hours of 9:00 pm to 9:30 pm Saturday and Sunday; 4. Broadcast 26 minutes of uninterrupted programming provided by OCB between the hours of 9:30 pm to 10:00 pm Saturday and Sunday; 5. Broadcast 26 minutes of uninterrupted programming provided by OCB between the hours of 10:00 pm to 10:30 pm Saturday and Sunday and 6. Broadcast 26 minutes of uninterrupted programming provided by OCB between the hours of 10:30 pm to 11:00 pm Saturday and Sunday. In addition OCB may have a need for the following: 7. Broadcast three (3) one minute news briefs (one news brief per hour between the hours of 7:00 pm through 10:00 pm Monday through Friday. The contractor will provide the price per one minute news brief and indicate the timeframe(s) in which the one minute period is available and the programming aired at that time. The contractor will identify in his proposal the availability and cost of each proposed CLIN. Depending upon the availability of FY-2011 funding, OCB will select specific time periods commensurate with best value and mission objective considerations. The Contractor may broadcast its own station announcements before or after OCB programs, but not during OCB programs. 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. Station announcements before or after OCB programming shall adhere to all FCC standards and contain no lewd or lascivious content. (vii) The period of performance will begin April 1, 2011 through September 30, 2011. 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 include but not be limited to: a) prior experience; b) a successful uninterrupted broadcast service that 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; The contractor shall provide detailed information on any signal-processing of the OCB-provided programming prior to its uplink. The uplinked OCB program signal to DirecTV shall meet or exceed the MPEG2/DVB commercial standard. The contractor must provide day-to-day operational contact information as well as escalation contact information in the event there is an extensive problem that requires higher level managerial attention. The contractor shall receive the Office of Cuba Broadcasting (OCB) transmissions through The Miami Switch (http://www.theswitch.tv/) managed by Beers Enterprise OR establish terrestrial fiber optic cable facilities from the OCB Miami facility (4201 NW 77th Ave) facility to their DirecTV satellite transmission uplink facility at their own cost. Any/All ancillary equipment or devices associated with this connectivity shall be the responsibility of the service provider. [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 CLIN shall be noted in English and United States dollars on the Price Schedule 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 and provide the best value to the Government, based on price, technical, past performance, and other factors in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals: 1) Capabilities Statement - The Offeror shall provide a description of their organization and its demonstrated capabilities in performing the service requirement and schedule. The Offeror will also identify his specific channel assignment on each of the direct-to-home satellite services he utilizes in the local Miami market area. Also, to the extent possible, the contractor will provide an estimate of potential audience that might be reached through spill-over of the satellite footprint into Cuba. The estimate can be based upon either factual or anecdotal evidence and may be subject to validation through comparison with available agency or independent audience research data. 2) Management Approach - The Offeror must provide a description of the approach that they will take to meet the requirement; 3) Contractor Qualifications - The Offeror shall provide their understanding of the requirements and ability of the Offeror to provide the required services meeting the technical requirements; 4) Past Performance - The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement within the last five (5) years of the date of this Solicitation. Offerors shall provide the names of three (3) clients and the following information: (i) client's name, address, and name, email and telephone number of contact person; (ii) dollar amount of the contract; (iii) current term of the contract; and (iv) brief description of the work performed. The Offeror shall use the form uploaded to the FedBizOpps with this combined synopsis/solicitation entitled "Addendum B - Past Performance References " to provide the information. Pursuant to FAR 15.305(a) (2) (iv), in the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror will not be evaluated favorably or unfavorably on past performance and will be given a neutral rating for Past Performance; and 5) a separate Price Proposal showing a breakdown of the price for the above CLIN (Price) Prices for all of the listed CLINs shall be noted in English and United States dollars on form uploaded to the FedBizOpps with this combined synopsis/solicitation entitled "Addendum A - Price Schedule". 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: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for 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 Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases 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: 52.232-18 Availability of Funds 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 event the Contractor becomes aware of a potential delay, the Contractor shall immediately notify the Contracting Officer and AR/CO by via email. Such email shall include the nature of the delay and whether it will have any impact (positive or negative) on the Contract. (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 who is authorized to bind the organization. Oral, email or faxed proposals will not be accepted. Questions must be submitted in writing to Myria Carpenter at mecarpen@bbg.gov. Written questions must be submitted by 12:00 p.m., Eastern Time on March 2, 2011. Technical proposals shall be submitted with an original and three (3) copies. Price proposals shall be submitted with an original and one (1) copy. Proposals may be sent via courier or overnight delivery before the closing deadline below. Proposals are due to Myria Carpenter, Contract Specialist, Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007B, Washington, DC 20237 before 12:00 p.m., Eastern Time on March 10, 2011. (xviii) Contact: Myria Carpenter, Contract Specialist, email: mecarpen@bbg.gov or Facsimile 202-382-7870. All responsible sources may submit an offer that will be considered by the Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-11-0008/listing.html)
 
Place of Performance
Address: Miami, Florida, United States
 
Record
SN02384470-W 20110224/110222233919-ff9ebeca3182207eaa13ed59ee483c83 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.