Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
MODIFICATION

R -- PNN 2017 Broadcast & Multimedia Svs (Domestic-NYC)

Notice Date
6/16/2017
 
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-R-17-0005
 
Point of Contact
Patrice Abner, Phone: 000.000.0000, Diane Sturgis, Phone: 000-000-0000
 
E-Mail Address
pabner@bbg.gov, dsturgis@bbg.gov
(pabner@bbg.gov, dsturgis@bbg.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
MODIFICATION 1- correction of date responses are due (day of week changed from Monday to Friday) All else remains the same ____________________________________________________________________ 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 Quote (RFQ) to establish Multiple Award Blanket Purchase Agreements. There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreements. The Government intends to award one or more Multiple Award Blanket Purchase Agreements; however, the Government reserves the right not to award any Blanket Purchase Agreement. Any Blanket Purchase Agreement (contract) awarded will be for two years. The Broadcasting Board of Governors, Office of Contracts intends to establish a Multiple Award Blanket Purchase Agreements for Multimedia and Broadcasting services as described in further detail in the attached Statements of Work (SOW) for the Voice of America Persian News Network in Washington D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13 and FAR Part 13.5. SAM: IMPORTANT: All stateside contractors seeking to contract with the Federal Government must register in the Federal Government vetting system called SAM (System for Acquisition Management). 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 prior to award. Lack of registration 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). This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-95 dated January 19, 2017. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7.5M in average receipts for the past three (3) years. This is a 100% total small business set aside. Period of Performance: Approximately start date July 1, 2017-June 30, 2018 for base year Approximate date of July 1, 2018-June 30, 2019 for Option Year One Contract Type: Firm- Fixed Price Time of Performance: VOA is a 24/7 news/ program operation and the schedule will vary depending on the need of the government. The Contracting Officer Representative will make the determination at the time of award. The Statements of Work references times and places of performance. Quote Submission: ALL QUOTE SUBMISSIONS MUST BE SUBMITTED ELECTRONICALLY TO pabner@bbg.gov with RFQ number and Statement of Work title in the subject line of submission Interested contractors are required to submit two (2) separate written documents (quotes) to the BBG. 1. A separate Price Quote that states the Offeror's proposed price. Price rates are based on assignments. Rates may be negotiated with the BBG. List price quotes as "_(dollar amount)______per assignment " 2. A separate Technical Quote (Resume) that states in detail the Offeror's experience, qualifications and evidence 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 also be detailed. PLEASE NOTE: Review attached Statements of Work for any required work product samples to submit under "Scope of Work and Qualifications" on Statement(s) of work 3. References/Past Performance (3) 4. Copy of SAM Registration * 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 may not be evaluated favorably or unfavorably on past performance* 5. 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 offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer. 6. Eligibility to work in the United States: copy of US Citizenship, work permit, photo ID and/or Visa To ensure consideration for the intended position, please reference the solicitation number and the title from the appropriate Statement of Work on your quote package. If you are submitting quotes for multiple statements of work, you must submit a separate quote package for each statement of work. QUESTIONS: Deadline to submit questions: June 20, 2017 at 2:00 PM EST Questions must be submitted in writing and only via email to Patrice Abner at pabner@bbg.gov. NOTE: E-MAILED QUESTIONS MUST HAVE STATEMENT OF WORK TITLE AND SOLICITATION NUMBER IN THE SUBJECT FIELD OF E-MAIL. Applicable legal Clauses: **52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Provisions incorporated by reference: *FAR clause 52.212-4 (JAN 2017), Contract Terms and Conditions-Commercial Items, applies to this acquisition. *FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2017) *FAR 52. 212-2 Evaluation-Commercial Items (Oct 2014), *FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2017), * FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2017) *FAR 52.217-8 Option to Extend Services. (NOV 1999) *FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 1952.232-91 Electronic Invoicing and Payment Requirements - Invoice Payment Platform (IPP) (April 2016) Payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice (CO to edit and include the documentation required under this contract): Instructions will be sent to awardee ______________________________________________ ____ The Contractor must follow the instructions on the attached Electronic Invoicing Advisory to enroll, access and use IPP for submitting requests for payment. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. (End of Clause) Provision at 52.212-2 -- Evaluation -- Commercial Items. (JAN 2017) The Government will award a Multiple Award Blanket Purchase Agreement resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: EVALUATION FACTORS Award will be based on Price and Other Factors in accordance to FAR 13. The Following Evaluation Factors will be used in determining competitive range. (Please note: Technical Ability and Quality rank equivalent to Price) Factor #1 - Technical ability to include work experience, education and specialized training as listed under Scope of Work and Qualifications on the Statements of Work. Samples may be utilized to verify technical ability. Factor #2 - Price Factor #3 - Past Performance (referred to in References) Basis for Award The procurement is being conducted under FAR Part 13. Best value is defined as the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101. The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should submit its best terms in the initial proposal. The Government may also determine to make no award. Multiple offerors will be selected who are deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution. ALL TECHNICAL AND PRICE Quotes MUST BE SUBMITTED ELECTRONICALLY BEFORE THE CLOSING DEADLINE to: pabner@bbg.gov NO quotes will be accepted via mail nor fax nor by courier Proposals are due no later than Friday June 23, 2017 at 2PM EST
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-17-0005/listing.html)
 
Place of Performance
Address: 330 Independence Ave, Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN04547260-W 20170618/170616234215-ef4713627d047151ad7ea4565cf79ed6 (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.