Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
SOLICITATION NOTICE

D -- MULTIMEDIA BLOGGER/PRODCER

Notice Date
3/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
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-Q-12-00016DS
 
Archive Date
4/12/2012
 
Point of Contact
Diane Sturgis, Phone: 202-382-7849
 
E-Mail Address
dsturgis@bbg.gov
(dsturgis@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Broadcasting Board of Governors, (BBG), International Broadcasting Bureau (IBB), pursuant to Federal Acquisition Regulation (FAR) Subpart 12.67 intends to issue a Combined Synopsis/Solicitation for commercial items in accordance with format of Subpart 12.6 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) Code is 519130. This Solicitation Number BBG50-Q-12-00016DS is issued as a request for proposal (RFP) that will result in a single award of an Firm Fixed Price contract using FAR Part 15 (Contract by Negotiation) procedures to provide for Multimedia Blogger/Producer. The government reserves the right to make an award on the initial proposal without discussions of this procurement. STATEMENT OF WORK •I. Introduction This statement of work is for a Multimedia Blogger/Producer for the Creative Group in the Office of Digital & Design Innovation (ODDI), under the Broadcasting Board of Governors. The Office of Digital and Design Innovation plays a key role in the development and implementation of innovative projects, programs, and services across U.S. International media. It focuses on expanding the use of the best core technology platforms, as well as assisting entities in executing global digital and brand strategies, but also build out the next generation of digital products that present our content in an increasingly complex media landscape. •II. Requirements Contractor should have the following experience: •· 4-5 years of experience in multi-media production, including blogging, video and audio •· Strong portfolio with engaging diverse designs and styles •· Experience in interactive products •· Experience in social media content creation, management and marketing •· Knowledge of what JavaScript, CSS and HTML5 can do •· Experience writing for audio/video, mobile, social media, gaming, and websites •· Understanding of SEO and content modification •III. Major Duties/Requirements: - Contribute to the BBG Innovation Blogs •· Update and assist in the maintenance of both the external Innovation@BBG blog ( www.innovation-series.com ) and internal staff innovation blog. •· Research and create multimedia blog posts regarding the formation, implementation and outcomes of innovation digital media work of US International media (Voice of America, Radio Free Europe, Radio Free Asia, Office of Cuba Broadcasting and Middle Eastern Broadcasting Network) and of ODDI. •· Communicate cutting-edge ideas regarding digital media to both traditional and digital media-savvy audience. •· Produce multi-media presentations, including audio, video and flash components of innovation work and assist in distributing this content via the innovation blogs, social media. YouTube, as well as help prepare for presentations at conferences and industry meetings. •· Provide assistance to staff in writing, researching, proofing and editing projects supporting ODDI programs and strategic priorities. •IV. Deliverables Deliverables multimedia products shall meet the standards, terms and conditions set forth in the Statement of Work and individual work assignment specifications. The Government will have the right to require correction of any deficiencies found in the Deliverable that are contrary to the information contained in the mutually agreed upon assignment specification. Deliverables shall include all graphics and individual elements of the completed product, including source code, and layered files. In event of rejection of any Deliverable, the contractor will be notified in writing of the specific reasons the Deliverable is being rejected. The contractor shall have an opportunity to correct the rejected Deliverable at the discretion of the ODDI Information Architect, or designee, depending on the timeliness and/or urgency of the news topics being prepared. Deliverables will be delivered to ODDI electronically, with mailing address located 330 Independence Ave SW, Washington, DC 20237. Deadlines will be determined based on timeliness and urgency of news, and will be discussed separately with each assignment. •V. Acceptance The Studio Head, Innovation Project Manager, or designated representative, and Contractor will review all deliverables jointly. Final acceptance of the deliverables will be according to the terms contained in the deliverable document description within this document. Liaison ODDI Studio Head: Steve Fuchs Room 3600 - Cohen Building 202-382-7278 •VI. Knowledge Required Contractor must have a working knowledge and demonstrated expertise with software necessary for the production of interactive web features, such as but not limited to Flash and/or Adobe Creative Suite. Contractor will be expected to fill and maintain templates, but not create them. Contractor must adhere to established journalistic and copyright standards. VII. Period of Performance The proposed period of performance for this request for service is to be defined in individual call orders, which shall be issued via Blanket Purchase Agreement. •VIII. Price Quote Please provide labor category and hourly rate. •IX. Invoicing: The contractor shall provide a bi-monthly invoice listing full cost breakdown to include work completed. Invoices shall be submitted within 3 business days of the completed assignment. The following clauses and provisions are incorporated and are to remain in full force in any resultant firm-fixed price contract; T he provision at FAR Subpart 52.212-1 [Instructions to Offerors - Commercial Items] applies to this acquisition, with no addenda. The provision at FAR Subpart 52.212-2 [Evaluation of Commercial Items] is hereby incorporated by reference into this combined synopsis/solicitation. The Written Technical Proposals will be evaluated in three equally-weighted areas (a) Capability) (b) Approach and (c) Experience/ Past Performance as follows: •(a) Capability: (e.g. personnel): Offerors shall describe their corporate capability to perform as stated in Statement of Work (SOW). •(b) Approach: The Government will assess the technical merit of the Offeror's approach in order to determine if the Offeror has the ability to successfully perform the task areas specified in the SOW. •(c) Experience/Past Performance: The IBB will assess the relevancy of the Offeror's experience/past performance to determine the Offeror's ability to perform the work requirements of the SOW. Offerors shall submit evidence of their experience in performing work. Offerors shall submit examples of no fewer than two (2) of their most recent or ongoing contracts relating to the work specified in SOW experience can be government or commercial. •(d) (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. •(e) PRICE PROPOSAL AND TECHNICAL PROPOSAL MUST BE SUBMITTED ON SEPARATE DOCUMENTS. •(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]; FAR Clause 52.219-6 [Notice of Total Small Business Set-Aside]; FAR Clause 52.222-3 [Convict Labor]; FAR Clause 52.222-19 [Child Labor - Cooperation with Authorities and Remedies]; FAR Clause 52.222-21 [Prohibition of Segregated Facilities]; FAR Clause 52.222-26 [Equal Opportunity]; FAR Clause 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; FAR Clause 52.222-36 [Affirmative Action for Workers with Disabilities]; FAR Clause 52.222-36 [Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; FAR Clause 52.225-1 [Buy American Act - Supplies]; FAR Clause 52.225-13 [Restrictions on Certain Foreign Purchases]; FAR Clause 52.232-33 [Payment by Electronic Funds Transfer -- Central Contractor Registration]. ; 52.213-2 Invoices; 52.216-18; Questions must be submitted in writing to the Contract Specialist at the email address or facsimile number provided at the end of this notice. Please note that the deadline for submission of questions by 12:00 p.m., Eastern Time on 26 March 2012. Questions must be submitted in writing by email to: dsturgis@bbg.gov. Quotes shall be submitted as an original and two copies must be sent via courier or overnight delivery prior to the deadline. (No electronic submissions will be accepted). Quotes should be addressed to ATTN: Diane Sturgis, Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007, Washington, DC 20237 by 5:00 p.m., Eastern Time on 28 March 2012. The point of contact for this requirement is Diane Sturgis, Contract Specialist who can be reached via email at dsturgis@bbg.gov. 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-Q-12-00016DS/listing.html)
 
Record
SN02701549-W 20120322/120321000450-3be996ccb43efb1a5c2fcc7716d68f21 (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.