Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
SOLICITATION NOTICE

R -- 3 Non- Personal Services Burmese Service - VOA Journalistic Code - Clauses and Provisions - Standards of Conduct - Statement of Work

Notice Date
7/9/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
BBG50-Q-14-0105108152014
 
Archive Date
7/17/2014
 
Point of Contact
Cynthia C. Sugg, Phone: 2023827858, Diane Sturgis, Phone: 202-382-7849
 
E-Mail Address
ccsugg@bbg.gov, dsturgis@bbg.gov
(ccsugg@bbg.gov, dsturgis@bbg.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Standards of Conduct Clauses and Provisions VOA Journalistic Code SOLICITATION FOR BURMESE SERVICE NON PERSONAL SERVICES BROADCASTING BOARD OF GOVERNORS VOICE OF AMERICA BBG50-Q-14-0105108152014 Multimedia Combination Services This is a combined synopsis/solicitation for commercial items 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. This combined synopsis/solicitation is issued as a Request for Proposals (RPF) to establish Blanket Purchase Agreement. There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized call orders placed against the resulting Agreement. The Government intends to award several Blanket Purchase Agreements; however, the Government reserves the right not to award any Blanket Purchase Agreement. Any resultant Blanket Purchase Agreement will be for one year. The Broadcasting Board of Governors, Office of Contracts intends to establish a Blanket Purchase Agreement for Multimedia services as described in further detail below for the East Asia and Pacific Division (Burmese Service) in Washington D.C. see Attachments. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13. SAM: System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Prospective contractors must be registered in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (Deviation). NAICA Code: The North American Industry Classification System (NAICS) code for this acquisition is 711510, Independent Artists, Writers, and Performers, with a small business size standard of $7,000,000.00 in average annual receipts for the past 3 years. Please identify your business size in your response based upon this standard. This requirement will be a 100% Total Small Business. Period of Performance: 08/15/2014 - 08/14/2015 Contract Type: Firm-Fixed Price Applicable FAR Clauses: **52.252-1, Solicitation Provisions Incorporated by Reference. *52.212-4, Contract Terms and Conditions-Commercial Items and also see attached additional clauses. Proposal Submission: Interest independent contractors are required to submit two (2) separate written documents (proposals) to the BBG. •1. A Price Proposal that states the Offeror's proposed annual Total Price based on the Assignments worked per year that will be negotiated with the BBG. •2. Technical Proposal (Resume) that states the Offeror's resume/curriculum vitae and e3vidence of the Offeror's pertinent past performance that can be easily and quickly Validated by the BBG. Dates (months/years) and locations for all field experience must be detailed. •3. Copy of U. S. Citizenship, Work Permit, photo ID and/or visa. •4. References (Three) •5. Copy of Active CCR Registration in SAM. HTTPS://www.sam.gov •6. In the event offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3, Offeror Representations and Certifications - Commercial Items) with its offer. This provision can be found at the following website https://www.acquisition.gov/Far/ ; if requested by an oferor, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer. To ensure consideration for the intended position, please reference the solicitation number on your proposal. Proposal must be submitted electronically ccsugg@bbg.gov. The due Date is Monday, July 16, 2014 at 2:00 PM EST. All Proposals as well as inquiries should be sent electronically to Cynthia C. Sugg at ccsugg@bbg.gov. Evaluation Factors Lowest price technically acceptable to include work experience, education, specialized training and past performance. The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror(s) should submit its best terms in the initial proposal. The government may also determine to make no award(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-14-0105108152014/listing.html)
 
Place of Performance
Address: International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007B, Switzer Building, Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN03418654-W 20140711/140710022604-2b8f2b23892e6df5715016b4fccbf931 (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.