Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2011 FBO #3662
SOLICITATION NOTICE

99 -- Television Programming - Notice of Intent to Sole Source - JOFOC

Notice Date
12/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512120 — Motion Picture and Video Distribution
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Media Center, 1363 Z Street, March Air Reserve Base, California, 92518
 
ZIP Code
92518
 
Solicitation Number
HQ003013190002
 
Archive Date
1/3/2012
 
Point of Contact
Kathryn A. Maurais, Phone: 9514132502, Jessie Feliciano, Phone: 9514132406
 
E-Mail Address
kathryn.maurais@dma.mil, jessie.feliciano@dma.mil
(kathryn.maurais@dma.mil, jessie.feliciano@dma.mil)
 
Small Business Set-Aside
N/A
 
Description
Justification for Other than Open and Full Competition Combined Synopsis/Solicitation Television Programming Contractor: Sesame Workshop This is a combined synopsis/solicitation for the Sole Source of a commercial item prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Commercial Item Test Program: This acquisition was accomplished under the authority of the test program for commercial items "Section 4202 of the Clinger-Cohen Act of 1996," as implemented by FAR 13.5. The Defense Media Activity is issuing this combined synopsis/solicitation, reference number HQ003013190002, as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 512120, "Motion Picture & Video Distribution", with a small business standard of $29.5 million. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-54 effective 02NOV2011. The Government intends to award a Firm Fixed-Price Commercial Requirements Contract as a Sole Source Procurement to contractor Sesame Workshop (New York, NY, USA) in accordance with 10 U.S.C. 2304(c)(1) & FAR Part 6.302-1 (Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements) for their exclusive rights television programming. The Justification for Other than Full and Open Competition is attached. DESCRIPTION: The contract will be funded upon Government request/award of individual Delivery Orders against the requirement contract for exclusive rights television programming. Prices for the programming have been negotiated to reimburse the contractor for the administrative cost of providing the programming, and are established by the American Forces Network based on the estimated charges for clearing and/or providing material. CLIN 0001 (Base Period): TELEVISION PROGRAMMING - The contractor shall provide broadcast rights to its television programming to AFN to reproduce and distribute, provide live feeds or recorded copies of authorized programs and provide access to websites. AFN will distribute the programming by encrypted, digitally compressed satellite transmission system (currently Cisco's PowerVu Plus (MPEG-4)) and/or by mail to authorized AFN television outlets outside the contiguous United States for their non-commercial distribution/presentation via television broadcast frequencies, encrypted, digitally compressed satellite transmission, and/or limited closed-circuit distribution systems. See attached Addendum. Performance Period: January 1, 2012 through December 31, 2012. CLIN 0002 (Option Year 1): TELEVISION PROGRAMMING - The contractor shall provide broadcast rights to its television programming to AFN to reproduce and distribute, provide live feeds or recorded copies of authorized programs and provide access to websites. AFN will distribute the programming by encrypted, digitally compressed satellite transmission system (currently Cisco's PowerVu Plus (MPEG-4)) and/or by mail to authorized AFN television outlets outside the contiguous United States for their non-commercial distribution/presentation via television broadcast frequencies, encrypted, digitally compressed satellite transmission, and/or limited closed-circuit distribution systems. See attached Addendum. Performance Period: January 1, 2013 through December 31, 2013. CLIN 0003 (Option Year 2): TELEVISION PROGRAMMING - The contractor shall provide broadcast rights to its television programming to AFN to reproduce and distribute, provide live feeds or recorded copies of authorized programs and provide access to websites. AFN will distribute the programming by encrypted, digitally compressed satellite transmission system (currently Cisco's PowerVu Plus (MPEG-4)) and/or by mail to authorized AFN television outlets outside the contiguous United States for their non-commercial distribution/presentation via television broadcast frequencies, encrypted, digitally compressed satellite transmission, and/or limited closed-circuit distribution systems. See attached Addendum. Performance Period: January 1, 2014 through December 31, 2014. CLIN 0004 (Option Year 3): TELEVISION PROGRAMMING - The contractor shall provide broadcast rights to its television programming to AFN to reproduce and distribute, provide live feeds or recorded copies of authorized programs and provide access to websites. AFN will distribute the programming by encrypted, digitally compressed satellite transmission system (currently Cisco's PowerVu Plus (MPEG-4)) and/or by mail to authorized AFN television outlets outside the contiguous United States for their non-commercial distribution/presentation via television broadcast frequencies, encrypted, digitally compressed satellite transmission, and/or limited closed-circuit distribution systems. See attached Addendum. Performance Period: January 1, 2015 through December 31, 2015. CLIN 0005 (Option Year 4): TELEVISION PROGRAMMING - The contractor shall provide broadcast rights to its television programming to AFN to reproduce and distribute, provide live feeds or recorded copies of authorized programs and provide access to websites. AFN will distribute the programming by encrypted, digitally compressed satellite transmission system (currently Cisco's PowerVu Plus (MPEG-4)) and/or by mail to authorized AFN television outlets outside the contiguous United States for their non-commercial distribution/presentation via television broadcast frequencies, encrypted, digitally compressed satellite transmission, and/or limited closed-circuit distribution systems. See attached addendum. Performance Period: January 1, 2016 through December 31, 2016. Responses must be received No Later Than (NLT) December 19, 2011; 2:00 PM (Pacific Standard Time). Forward responses by e-mail to kathryn.maurais@dma.mil or fax to 951 413-2432. Due to technical issues, please allow additional time if you're using electronic means. Offerors must ensure that their company is registered with the Central Contractor Registration (CCR). For information refer to http://www.bpn.gov/. APPLICABLE FAR CLAUSES: (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (Jun 2008): (a) Re para (a): NAICS 512120 "Motion Picture & Video Distribution"; size standard is $29.5 million. (b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. (2) Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (Nov 2011) or indication that reps and certs are in ORCA. (3) FAR 52.212-4 (Contract Terms and Conditions - Commercial Items) (Jun 2010) (4) Other Clauses, Terms & Conditions: 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items (Aug 2011) (Deviation) 52.217-8: Option to Extend Services (Nov 1999) 52.217-9: Option to Extend the Term of the Contract (Mar 2000) 52.252-2: Clauses Incorporated by Reference (Feb 1998) 52.252-6: Authorized Deviations in Clauses (Apr 1984) 252.212-7001: Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010) (Deviation) 252.227-7021: Rights in Data - Existing Works (Mar 1979) UNDERSTANDING WIDE AREA WORKFLOW - READ THESE INSTRUCTIONS TO EXPEDITE ELECTRONIC PAYMENT (a) This contract action for commercial items of supply incorporates DFARS 252.232-7003, Electronic Submission of Payment Requests. For the Department of Defense, the MANDATORY method of electronic submission of payment requests is by Wide Area Workflow (WAWF.) This means that paper invoices are not permitted and will not be processed for payment. (b) Definitions Important to the WAWF Process Acceptor: The organization or person designated in block 15 of the SF 1449 (cover page of the purchase request) who accepts the products or services tendered. The acceptor has a unique DoDAAC (Department of Defense Activity Address Code) shown in the upper right had box of block 15 that must be used to notify the acceptor that an electronic invoice is pending. DoDAAC: As stated above, an acronym for Department of Defense Activity Address Code. This code unique to each organization in the Department of Defense. Knowledge of what DoDAAC codes must be input into WAWF electronic invoices is crucial to the payment process as it alerts the acceptor that an invoice is pending for acceptance and alerts the payment office that a completed action is ready to process for payment. Payment Office: The location of the Defense Finance and Accounting Service (DFAS) office shown in block 18a of the SF 1449 that will process your electronic invoices. The payment office also has a unique DoDAAC. (c) Options within WAWF include a "combo" for supply items, a 2-in-1 invoice for service contracts and a "stand-alone" invoice. It is recommended that the use of, stand-alone invoices be avoided. The matching of "stand-alone" invoices by DFAS offices requires invoices and receiving reports be separately or individually submitted by the vendor and the receiving activity and can routinely cause lengthy delays and possible rejection because they do not appear together and therefore must be individually matched and then verified. The use of the "combo" or "2-in-1" does not present this problem and avoids the attendant delays associated with matching. Detailed instructions on how to create an invoice, as well as other topical issues, can be found at the WAWF training website at http://www.wawftraining.com. (d) A key, important, and imperative step for vendors to take is to e-mail notification to the acceptor identified in the contract in block 15 by clicking on the "Send More E-Mail Notifications" link in WAWF upon submission of the electronic invoice instrument (combo or 2-in1). This step provides notice to the acceptor of your pending invoice Self registration for the use of WAWF can be accomplished at https://wawf.eb.mil/index.html. For assistance in registering contact: 1-866-618-5988 COMMERCIAL: 801-605-7095 CSCASSIG@CSD.DISA.MIL Helpful training on the use of WAWF for the submission of invoices is available on line at http://www.wawftraining.com. (e) Questions concerning payments: (1) DFAS Indianapolis at 1-888-332-7366. You will need to have the delivery/purchase/contract number ready when calling about payments. (2) Payment and receipt information can be accessed at the DFAS website https://myinvoice.csd.disa.mil/. You will need to have the delivery/purchase/contract number or invoice number to inquire about the payment. (End of Additional Instructions)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DMC/HQ003013190002/listing.html)
 
Place of Performance
Address: Armed Forces Network - Broadcast Center, 23755 Z Street, Riverside, California, 92518, United States
Zip Code: 92518
 
Record
SN02632712-W 20111204/111202234339-9dc15259920d1231581cebd9e87b52d9 (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.