Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOLICITATION NOTICE

R -- RFE/RL Radio in Armenia - RFE/RL Amenian Radio - Attachment_A_18-R-0012

Notice Date
12/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
515111 — Radio Networks
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Eurasia Office of Strategy and Development, Vinohradska 159a, 100 00 Prague 10, Non-U.S., Czech Republic
 
ZIP Code
00000
 
Solicitation Number
95T813-18-R-0012
 
Archive Date
12/23/2017
 
Point of Contact
Adam Gartner, Phone: 420221123773
 
E-Mail Address
atgartne@bbg.gov
(atgartne@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment_A_18-R-0012 FBO_-_SOW_-_95T813-18-R-0012 (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. 95T813-18-R-0012 is hereby issued as a request for proposal (RFP). (iii) The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-095 effective January 13, 2017. (iv) This acquisition is unrestricted. The associated North American Industrial Classification System (NAICS) code for this procurement is 515111, with a small business size standard of $38.5 million. Statement of Work: (v) The Broadcasting Board of Governors is seeking a news radio Provider with coverage in Eschmiadzin, Stepanakert, Yerevan cities in Armenia to provide the services described in (vi) and (vii) below. (vi) The Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Office of Strategy and Development (OSD) in Prague, Czech Republic, is seeking a "Provider" that is a news radio Provider. The primary objective is to provide transmission of the BBG-provided content (RFE/RL's radio Armenian program) on a regular basis, as described below in the broadcast schedule, to the largest possible audience in Eschmiadzin, Stepanakert and Yerevan using available BBG funding. The Provider shall broadcast the RFE/RL radio Armenian program in Armenian language from Monday to Friday at 0645-0700, RFE/RL Armenian program from Mon-Fri at 0900-0915, 1500-1520 and Mon-Sat 1900-2000 local time with the broadcast airing not varying more than two minutes from the aforementioned times. Samples can be found here: https://rus.azatutyun.am/ BBG is solely responsible for the content of all BBG provided programming is authorized to produce program in any way it sees fit, so long as it does not violate the laws of Armenia. The Provider shall supply all personnel, equipment, and transmission services to receive and rebroadcast the RFE/RL's radio Armenian program in Armenian language in its entirety, without pre-emption, alteration, abridgement or excerption. However, the Provider shall have the right to decline to run the BBG content, so long as BBG is notified in advance of the intent and reason, and may recommend changes to program format or content. No alterations shall be made, however, without the prior written agreement of the Contracting Officer (CO), the Contracting Officer's Representative (COR). The Provider will only be paid for the original airings of the RFE/RL program that are run to from start to completion and to the satisfaction of the BBG. The Provider shall inform the BBG in advance of any planned alteration of the program's scheduled broadcast airing or other technical or administrative issues post award. The Provider and the BBG shall provide each other with point of contact information for notification purposes. The BBG will transmit RFE/RL programming to the Provider via satellite, Internet/File Transfer Protocol (FTP), or other means. The technical details of the transmission to the provider(s) and feed transmission times will be mutually agreed upon after contract award- once a Provider is selected by the BBG. (vii) The anticipated award date under this Solicitation is December 22, 2017 with the first broadcast date of January 28, 2018. Duration of this proposed award shall be twelve (12) months ending January 27, 2019. The Place of Performance for the services will be performed at the contractor's facility/site. (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 lowest price/technically acceptable as follows: BASIS FOR AWARD This procurement will utilize the Lowest Price Technically Acceptable (LPTA) source selection procedures. This is a competitive LPTA Solicitation in which price is the most important factor. By submission of its offer, the Offeror accepts all Solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All technically acceptable offerors shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The Government reserves the right to make a selection based upon the initial proposals submissions and make award without discussions -the offeror should submit its best terms in the initial proposal. For the purpose of award, the government shall evaluate offers based on the evaluation factors described below: (i) Technical Proposal a. Experience - 1-year minimum in broadcasting radio programs, b. Technical requirements - The selected vendor shall be a Provider with coverage in Eschmiadzin, Stepanakert, Yerevan cities in Armenia. The Provider's technical ability to receive and broadcast the RFE/RL Armenian program (details of broadcasting station; location; broadcasting power; and reach), and by which means (terrestrial, direct-to-home satellite or cable). (ii)Price (for the base period) Using Attachment A, The Provider shall submit Price schedule for the base period. • Base Period: January 28, 2018 – January 27, 2019 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. (x) Providers 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 Provider, a copy of FAR Subpart 52.212-3 can be obtained by contacting the Contracting Officer. Providers 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). 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) 52.225-17 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); 52.232-39 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 transmission services outlined in the final contract, BBG will pay the Provider 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 Provider 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 Provider. (ii) Invoice date and invoice number. (Provider 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 original airings of the RFERL program the Provider provided (and the cumulative duration of broadcast time during the period being billed), the Total price for each original airing of the RFERL program, and the extended price for the original airings of the RFERL program 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." (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 Friday, December 22, 2017 at BBG/IBB/OSD, Vinohradska 159a, Prague 10, 100 00, Czech Republic or via email to: Adam Gartner, atgartne@bbg.gov and No FAX PROPOSALS WILL BE ACCEPTED. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All Providers shall submit the following: (i) One technical Proposal which addresses the technical factors described (ii) One price proposal for the number of original airings for each year period (base period). Attachment A Offeror shall provide its Total price for each original airing of the RFERL program within the period of performance in the Attachment A. The BBG requires each Provider to provide a Total price for each original airing in the base year. Base Period: January 28, 2018 – January 27, 2019 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." Proposals will only be accepted from Provider principals only - no proposals from agents will be accepted. Proposals submitted shall remain valid for a period of 90 days from submission. 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 Thursday, December 14, 2017 to Adam Gartner, Contracting Officer at atgartne@bbg.gov and. Questions which are submitted after 1:00 p.m. EDT on Thursday, December 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: Adam Gartner, Contracting Officer atgartne@bbg.gov or via phone +420 22112 3780 or.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/60e5802a9df92489660d65a73b565adf)
 
Place of Performance
Address: 330 Independence Ave. SW, Washington, District of Columbia, 20189, United States
Zip Code: 20189
 
Record
SN04758597-W 20171208/171206231120-60e5802a9df92489660d65a73b565adf (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.