Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SOLICITATION NOTICE

T -- TV Production Company - Attachment A - Past Performance - SOW Palisades Park People

Notice Date
8/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512110 — Motion Picture and Video Production
 
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-17-00010JRAM
 
Archive Date
9/6/2017
 
Point of Contact
J.R. Hill, Phone: 202.382.7846, Alisa Martine, Phone: 202-203-4176
 
E-Mail Address
chill@bbg.gov, amartine@bbg.gov
(chill@bbg.gov, amartine@bbg.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work - Palisades Park People -VOA Korean Programming Attachment A - Past Performance Agency:Broadcasting Board of Governors (BBG) Solicitation Number:BBG50-R-17-00010JRAM Posted Date:August 8, 2017 Original Response Date:August 22, 2017 Product or Service Code:T016 - AUDIO/VISUAL SERVICES Set Aside:Total Small Business NAICS Code:512110 Contracting Officer Address: Broadcasting Board of Governors (BBG) Attn: Charles "JR" Hill 330 Independence Avenue, SW Suite 4360 Washington, DC 20237 United States of America Notice Type:Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 document other than this announcement/solicitation will not be issued. A contract will be awarded using simplified acquisition procedures in FAR Part 13.5. (ii) Solicitation No. BBG50-R-17-00010JRAM is hereby issued as a request for proposals (RFP). (iii) The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-095 effective January 19, 2017. (iv) This acquisition is restricted to total small business. The associated North American Industrial Classification System (NAICS) code for this procurement is 512110, with a small business size standard of $32.5 million. Statement of Work: (v) The Broadcasting Board of Governors is seeking a Production Company to provide the services described in (vi) and (vii) below. (vi) The Broadcasting Board of Governors (BBG) is an independent federal agency and the parent organization of Voice of America (VOA). VOA provides trusted and objective news and information in 47 languages to a weekly audience of more than 237 million people around the world. For over 75 years, VOA journalists have told American stories and supplied content that many people cannot get locally: objective news and information about the US, their region and the world. VOA connects with audiences on five continents showcasing the thoughts and institutions that make America unique. VOA uses broadcast and digital platforms, including web, and mobile media to engage viewers, listeners, users, and friends. Radio and television broadcast to approximately 3,000 affiliates, and satellite transmissions reach countries where free speech is banned or where civil society is under threat. VOA's mobile apps have registered more than 1 million downloads and cater to users on all major mobile platforms. With the largest audience of all U.S. international media, VOA continues to be a beacon of hope for underserved audiences who yearn for information about freedom of expression, civil society, and change. (vii) Contractor shall produce a documentary series that will introduce lives of Korean immigrants in New York and New Jersey. Episodes should focus on and profile Koreans or Korean-Americans who have a unique story to tell. Episodes should feature aspects of Korean immigrants and their life styles that will be of particular interest to North Korean viewers and provide a more accurate understanding of America than they receive from the North Korean regime. Each episode will be 20 minutes in length. The contractor will deliver 10 episodes to the agency. The Contractor will provide a full-range of services and will meet VOA's specifications. The Contractor will be responsible for all aspects of pre-production, production and post-production including finding a character(s); picking topics; interview subjects; writing scripts; editing video and assembling the video for final delivery. Each episode will be produced, shot and edited using professional standards. The Contractor will provide all personnel in connection with the program series, including but not limited to camera, lighting, and audio personnel, post-production editors, finishing editors, graphic designers, writers, copy editors, producers, and segment producers sufficient in number and experience to produce each episode. The Contractor will use its own resources, equipment, vehicles, and insurance for all aspects of content production, including but not limited to on-location or in-studio video production and post-production video editing. The Contractor will secure any and all needed permissions for any elements of music, text, illustrations/graphics, photos, videos, designs, trademarks, or other artwork that are included in each episode. The Contractor will provide a copy of all permissions, releases, and clearances to VOA upon request. Contractor will be responsible for all of the production costs including travel and miscellaneous costs required to write, shoot, produce, edit, translate, creating graphics, acquiring music, and delivery of agreed number of episodes of the Korean-language television program(s). All travel costs must be within the rates established by the General Services Administration Federal Travel Regulations https://gsa.gov/portal/getMediaData?mediaId=149442 The Contractor will be responsible for all graphic elements: Opening title sequence, font, text, animations etc. pertaining to the video. Visuals will support the content of the topics and depict the theme of each episode, and may require a variety of shooting locations. Separate interviews with main and supporting characters will provide facts and commentary about events occurring in the episode. Episodes will be filmed and delivered in 16 X 9 High Definition (HD) or 4K video format. All work provided under this contract will be completed and delivered by the timeframe outlined here. Delivery Dates: Year20172018201820182018 MonthDecJanFebMarchApril Due Date1818 181818 # of Ep.22222 Key Contractor Personnel: The Contractor will provide qualified personnel to perform all requirements specified under this Statement of Work (SOW). The Contractor will provide a Project Manager who will be responsible for all Contractor work performed under this SOW. The Project Manager will be designated as "Key Personnel" under this agreement. Other Unique Requirements and Considerations: The delivered episodes will adhere to VOA Best Practices Guide and Journalistic Code and those documents are incorporated here by reference (http://www.governmentattic.org/20docs/VOAbestPracticesGuide_2016.pdf). Confidentiality Requirements: Contractor will not disclose to any third party (other than its respective employees, in their capacity as such and only on a need-to-know basis), any confidential business information concerning VOA that was acquired or derived in the course of performance. ORIENTATION BRIEFING: Within fifteen (15) calendar days of award, the Production Company must participate in an orientation briefing (introductory and/or kick-off meeting) with BBG. The purpose of this meeting will be to initiate the communication process between BBG and the Production Company by introducing points of contact, at least one of whom should be able to communicate in English. The Production Company shall identify key task participants and explain their roles, review communication ground rules, and assure a common understanding of requirements and objectives. This meeting can occur via teleconference, web, Skype for business, or other medium agreed-upon by the BBG and the Production Company POCs. (vii) The anticipated award date under this Solicitation is September 1, 2017. Period of Performance: Duration of this proposed award shall be twelve (12) months beginning September 1, 2017 ending August 31, 2018. (viii) The Federal Acquisition Regulation (FAR) provision 52.212-1 Instructions to Offerors - Commercial Items (JAN 2017) applies to this acquisition. FAR provisions and clauses may be obtained from the Internet Wed address at: http://acquisition.gov/far/index.html. Interested Offeror(s) should submit a proposal identifying capabilities as instructed in paragraph (ix) below. (ix) The provision at FAR Subpart 52.212-2 Evaluation of Commercial Items (OCT 2014) is hereby incorporated by reference into this combined synopsis/solicitation and the following evaluation procedures will be used for this acquisition. FAR provisions and clauses may be obtained from the Internet Web address at: https://www.acquisition.gov/. This requirement will be evaluated on best value as follows: (a)Technical Approach: Each Offeror is required to submit a Technical Proposal. Each Offeror must provide a detailed narrative of its approach to filming and post production; broadcasting medium and capability to meet the BBG's documentary requirement to the target audience. Each Offeror shall also provide three samples of the Production Company's body of work relevant to the BBG's requirement. Production Company must clearly state which or all aspects of the sample(s) contractor was responsible for. Each Offeror shall structure its Technical Proposal to convey to the BBG how the Offeror's production facilities, key personnel and portfolio of work; can satisfy the technical requirements in a straightforward and concise manner. Each Offeror shall state in its Technical Proposal any restrictions that will limit their ability to deliver the BBG's requirement. "Restrictions" include but are not limited to, language, geographic location, personnel and branding conflicts of interest. BASIS FOR AWARD The BBG's evaluation of the proposals will be based on best-value principles using "tradeoffs" (factors other than price alone). Accordingly, the award will be made to the responsible and technically acceptable Offeror whose proposal provides the greatest overall value to the Government. The best value determination will be accomplished by evaluating each offeror's technical capability (based on their strengths, weaknesses and risks), past performance and price. In this evaluation, the Production Company's technical proposal is more important than past performance and price. Past performance is more important than price. However, if the technical capabilities and past performance are equal among the offerors' proposals then price will become the determining factor. The Government reserves the right to make a selection based upon the initial proposal submissions and make award without discussions with Offerors. The Offeror should submit its best terms in the initial proposal. For the purpose of award, the BBG shall evaluate offers based on the evaluation factors described below: (I)Technical Factors •Demonstrated understanding of the project including understanding of the target audience •Explained approach to the job including production timelines •The contractor's technical capabilities including ability to produce in the Korean language •Three samples of the Production Company's body of work relevant to the BBG's requirement. Production Company must clearly state which or all aspects of the sample(s) contractor was responsible for. (II)Past Performance Using Attachment A, The Production Company shall submit recent past performance information. Three (3) past performance examples of current or previous contracts within the past three (3) years immediately preceding the issuance of this Solicitation is considered recent. Past performance information must include name of agency, business, or customer serviced or being serviced, name, telephone number and email address of agency, business, or customer point of contact; contract number, value of contract, nature of work performed, and the period of performance. (III) Price Factor The Government's budget for this requirement for the one year period of performance will not exceed One Hundred and Fifty Thousand United States Dollars ($150,000.00). Offerors' should be aware in disclosing the Government's maximum budget set aside for this requirement the Technical factors are the most important followed by Past Performance with Price being the least important. However, if the technical capabilities and past performance are equal among the Offerors' proposals then Price will become the determining factor. (x) Production Company shall submit a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items with its proposal which is completed by registering in the System for Award Management (SAM) website at: https://www.sam.gov/portal/public/SAM/. This provision can be found at the following website: https://www.acquisition.gov/; if requested by a Production Company, a copy of FAR Subpart 52.212-3 can be obtained by contacting the Contracting Officer. Production Company must be registered in SAM prior to award. (xi) FAR 52.212-4, "Contract Terms and Conditions-Commercial Items applies to this acquisition with addendum to the clause. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this solicitation by reference and the proposed subsequent contract as well as the following clauses contained in FAR clause 52.212-5: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). _X_ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _X (ii) Alternate I (MAR 2015) of 52.222-50 (22U.S.C. chapter 78 and E.O. 13627). _X_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). _X_ (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (54) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). FAR 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days (End of clause) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.202-1 Definitions (NOV 2013) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (APR 2014) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.209-7 Information Regarding Responsibility Matters (JUL 2013) 52.217-8 Option to Extend Services (NOV 1999) 52.225-17 Evaluation of Foreign Currency Offers (FEB 2000) 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan (MAR 2015) FAR 52.225-25 Prohibition on Contracting with Entities Engaging Certain Activities or Transactions Relating to Iran-Representation and Certifications (Oct 2015); 52.232-18 Availability of Funds (Apr 1984) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-1 Disputes (MAY 2014) 52.233-2 Service of Protest (Sept 2006) (End of clause) (xiii) In consideration of the production services outlined in the final contract, BBG will pay the Production Company on a monthly or quarterly basis, subject to mutual agreement. These payments will be in arrears, within thirty (30) calendar days, upon presentation of a proper invoice. The Production Company shall provide invoices at the end of each period for services provided during the preceding period. A "proper" invoice as outlined in FAR 32.905 shall include: (i) Name and address of the Production Company. (ii) Invoice date and invoice number. (Production Company should date invoices as close as possible to the date of mailing or transmission.) (iii) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number). (iv) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. (v) Shipping and payment terms (e.g., shipment number and date of shipment, discount for prompt payment terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading. (vi) Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment). (vii) Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice. (viii) Taxpayer Identification Number (TIN). The contractor must include its TIN on the invoice only if required by agency procedures. (See 4.9 TIN requirements.) (ix) Electronic funds transfer (EFT) banking information. (x) Any other information or documentation required by the contract (e.g., evidence of shipment). Such invoice shall accurately reflect the actual number of episodes the Production Company provided, the Total price for each episode delivered and shall be transmitted by E-mail (PDF format only) to the Contracting Officer's Representative (COR) of the Contracting Officer - listed as the "Administrative Contact" on the Contract Agreement. All invoices shall be clearly typed in English and include a unique invoice number for reference purposes. All invoice payments made by the BBG will be in accordance with the U.S. Government's "Prompt Payment Act." INVOICING: 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. (xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. Proposal Submission: (xv) Proposals shall be received no later than 2:00 pm Eastern Daylight Time (EDT) on Tuesday, August 22, 2017 at BBG, 330 Independence Ave, SW Suite 4360 Washington, DC 20237 USA or via email to: JR Hill, chill@bbg.gov and Alisa Martine amartine@bbg.gov No FAX PROPOSALS WILL BE ACCEPTED. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All Offerors shall submit the following: (i) One technical Proposal which addresses the technical factors described (ii) Past Performance Attachment A (iii) One price proposal for the number of finished episodes (10) ten. Offeror shall provide its Total price for all ten (10) finished episodes of the VOA program within the period of performance. The BBG requires each Production Company to provide a Total price for all ten (10) episodes delivered inclusive of all production/editing/travel expenses. The technical and price proposals must be submitted separately. No price information should be contained in the technical proposal. To facilitate the award process, all proposals must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." Documents submitted in response to this Solicitation must be fully responsive to and consistent with the requirements of the solicitation. Failure to comply with all the requirements of the Solicitation may result in the offer being considered unacceptable for award. (xvi) Any questions or concerns regarding this Solicitation shall be submitted via email by 1:00 p.m. EDT on Monday, August 14, 2017 to JR Hill, Contracting Officer at chill@bbg.gov and Alisa Martine, Contract Specialist at amartine@bbg.gov. Questions which are submitted after 1:00 p.m. EST on Monday, August 14, 2017, will not be addressed. Questions will not be accepted via telephone or facsimile. Responses to the questions submitted, in accordance with the aforementioned instructions will be sent via an amendment to the Solicitation only, which will be posted to FEDBIZOPPS (www.fbo.gov). Points of Contact: JR Hill, Contracting Officer chill@bbg.gov or via phone +1-202-382-7846 or Alisa Martine, Contract Specialist at amartine@bbg.gov or via phone +1-202-203-4176.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-17-00010JRAM/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN04618580-W 20170810/170808233100-322f393ca6b24d200d90037502cd76be (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.