Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2016 FBO #5350
MODIFICATION

R -- Russian- Multimedia Producer

Notice Date
7/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 Independence Avenue, SW, Suite 4360, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
BBG50-Q-16-070516MD
 
Point of Contact
Malita M. Dyson, Phone: 2023827204, J.R. Hill, Phone: 202.382.7846
 
E-Mail Address
mdyson@bbg.gov, chill@bbg.gov
(mdyson@bbg.gov, chill@bbg.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
MODIFICATION/AMENDMENT #2- Being made to extend the close dat to July 19, 2016 at 12:00 pm Eastern Time and to post the questions and answers.Questions and Answers 1.Price quote - Rate per assignment. Should the quote I need to provide include equipment charges (one I'll have to buy/rent)? Statement of Work mentions only overhead expenses needed to be included, equipment charges to the best of my understanding are related to operating expenses (not mentioned in SOW). The price per assignment is for a full finished usable report, the government is not responsible for the purchase and/or rental of equipment to full the assignment. 2.Completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications- Commercial Items (APR 2016) that should be included with proposal - how should I do it? I remember I was filling out that provision while registering for SAM - will it be enough? Vendor must be registered in SAM prior to award of contract. 3.IPP - should I enroll before applying or upon approval? (Registration requires BGG contract number). Either way is acceptable but must be completed in order to invoice and receive payment. MODIFICATION/AMENDMENT #1- Being made to correct section (VI) 1) BACKGROUND: The Broadcasting Board of Governors (BBG), an independence Federal agency, is an exciting, multi-cultural organization that encompasses all U.S. civilian international broadcasting. The BBG is comprised of the Voice of America (VOA), which delivers high quality, multimedia programming in 44 languages to audiences worldwide; the Office of Cuba Broadcasting (Radio and TV Marti); the International Broadcasting Bureau (IBB), which provides transmission, administrative and other support service; and three grantee organizations- Radio Free Europe/Radio Liberty; the Middle East Broadcasting Networks (Alhurra TV and Radio Sawa), and Radio Free Asia. Our staff of dedicated professionals serves as an example of a free and independent media, reaching a worldwide audience with news, information and relevant discussions (I) THIS IS A COMBINED SYNOPSIS/SOLICATION FOR A COMMERICAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITONAL INFORMATION INCLUED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUES THE ONLY SOLICAITON; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICIATION WILL NOT BE ISSUED. (II) Solicitation No. BBG50-Q-16-070516MD is issued as a Request for Quotes (RFQ) and a contract will be awarded using simplified acquisitions procedures in FAR Part 13. (III) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-088, dated May 16 th, 2016. (IV) This is a one hundred percent (100%) total small business set-aside. The North American Industry Classification Systems NAICS) code for this 711510 with a small business size standard of $7M. (V) This combined solicitation/synopsis is for purchase of the following commercial items: Line Item 1- Russian- Multimedia Reporter Producer (VI) Description of requirements can be found in the attached statement of work (SOW) for each line item. Offeror’s minimum qualifications shall include but not limited to: 1) Offerors Qualifications- The Offeror shall provide their curriculum vitae (CV)/resume that includes work experience, education and specialized training necessary to provide the required services under this solicitation. The Offeror must be able to demonstrate proficiency in writing and speaking in the English and Russian languages. 2) Experience- The Offeror shall demonstrate experience in providing the required services under this solicitation to Governmental and/or commercial customers. 3) Price Quote- Provide a rate per assignment INTERESTED OFFERORS RESPONDING TO THIS SOLICAITON SHALL SUBMIT THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) Resume which outlines experience and (2) Price Quote. (VII) The period of performance will be one year from award date performed various locations throughout the country. (VIII) The provision at FAR 52.212-1 Instructions to Offerors- Commercial Items (OCT 2015) applies to this acquisition. (IX) The provision at FAR 52.212-2, Evaluation of Commercial Items (OCT 2014), applies to this acquisition. The Government will award a multiple award Firm-Fixed Blanket Purchase Agreement resulting from this RFQ to the responsible offerors whose proposals conforming to the RFQ shall provide the best value to the Government based on the LOWEST TECHNICALLY ACCPETED. EVALUATIONS FACTORS LISTED IN ORDER OF IMPORTANCE MUST BE ADDRESSED IN THE INTERESTED OFFERORS’ TECHNICAL AND PRICE QUOTE, THE GOVERNMENT WILL USE THESE FACTORS TO EVALUATE THE OFFERORS’ QUOTES: 1) The offeror must illustrate its understanding of the requirement and its ability to provide the requested deliverable stated herein. 2) A separate price quote showing a price breakdown for the services in this solicitations. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications- Commercial Items (APR 2016), with this proposal. Quotes must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO AWARD. (XI) The clause at FAR 52.212-4 Contract Terms and Conditions- Commercial Items (MAY 2015), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items (MAR 2016) applies to this acquisition. The following additional FAR clauses are applicable to this acquisition 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 contain within FAR clauses 52.212-5: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set-Aside (15 U.S.C 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business program Representation; 52.22-3 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 of 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; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (31 U.S.C. 3332) (XIII) The Contractor shall submit an invoice electronically for services provided the preceding month in accordance with Prompt Payment Act. ELECTRONIC INVOICING IS A REQUIREMENT OF THIS CONTRACT IPP (Invoice Processing Platform) is the no cost on-line Treasury system being used at BBG for vendor invoicing and is a requirement of all new contract awards. The web address for the IPP billing system is www.ipp.gov. IPP is very easy to navigate vendor invoicing system that allows you to directly attach invoice support (following format type:.doc,.docx,.htm,.html,.jpeg,.jpg,.pdf,.rtf,.tif,.tiff,.xls, and.xlsx). Your invoices will directly route to your COR for review and approval and then to the financial system for review and processing. You will be able to view the approval process directly on-line. What do I do now? Email the systems team at cfo-financial-systems-team@bbg.gov. In the subject line of the email state, IPP vendor and your company name, see below for examples: Current IPP users in the subject line of the email state, “IPP vendor – ABC Company” New IPP users, in the subject line of the email state, “IPP vendor enroll – ABC Company” and include the following information for your company and recently awarded contract: · Company name, mailing address and phone number · Your company designated IPP account administrator: Please note that due to U.S. Department of the Treasury requirements, IPP cannot set up User IDs using a shared email address. Please be sure to provide an individual work email address with: First and last name, phone number and Email address. · Company Taxpayer Identification Number(s) (TINs) used for government agency payments: BBG Contract number: If you have multiple contracts with BBG, provide the most recently awarded contract number. Contact information at BBG of the Contracting Officer for the contract listed above: First and last name, phone number and email address For new users, upon establishment of your IPP account, you will receive two separate emails directly from the Department of Treasury. The first email will have your IPP User ID, and a second email will have a temporary 8-character password requiring you to reset it within 24 hours. Once you receive these 2 emails from Treasury, you can log into the IPP system and complete the registration process. You should receive these emails within 5 days of sending the BBG email notification referenced above. Some vendors have reported that these Treasury emails go to their spam or junk folders so please review these folders. In IPP you will be granted access to IPP’s Collector module which will allow you to view your contracts, submit invoices and upload supporting documentation, view payment status and view contract balances. For assistance in receiving your IPP password, Treasury toll free customer service is available Monday through Friday from 8:00 am – 6:00 pm at 866-973-3131 and their email address is IPPCustomerSupport@fiscal.treas.gov. (XIV) N/A (XV) Proposals (resume and pricing) are due no later than 12:00 PM, Eastern Daylight Time on July 15 th 2016. All offers must be e-mailed to the attention of Malita Dyson at mdyson@bbg.gov. Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral or faxed proposals will not be accepted. (XVI) Please note that questions must be submitted in writing to Malita Dyson via e-mail at mdyson@bbg.gov received before the deadline of 12:00 PM, Eastern Daylight Time on July 11 th 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-16-070516MD/listing.html)
 
Place of Performance
Address: IBB/VOA/BBG, Various locations throughout the Country, Washington, DC 20237, Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN04185072-W 20160717/160715235023-ebed5d8a32bfacbd7b28458dd71a22c9 (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.