SOURCE: Kentucky Procurement Assistance Program / Kentucky Small Business Development Center (KSBDC)
NOTE: all information relating to this specific contracting opportunity should be verified with the issuing agency. For any other assistance, contact the KSBDC via email at bidmatch@ksbdc.org
FedBizOpps – Procurements
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — WRITER/RESEARCHER/REPORTER/PRODUCER – VOA PERSIAN WASHINGTON, DC BBG39-Q-15-PERSIAN-006 101714 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: WRITER/RESEARCHER/REPORTER/PRODUCER IN WSHINGTON, DC – VOA PERSIAN DIVISION
COMMERCIAL ITEM 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; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-15-PERSIAN-006 is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-075, effective July 25, 2014.
(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7M.
(v) The contractor shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The contractor shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from November 1, 2014 through May 1, 2015 with one option period (6) months from May 2, 2015 through October 31, 2015 Multiple awards may be considered for this requirement at the discretion of the Government. Price quotation shall be valid for six (6) months from date of submission.
(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services Writer/Researcher/Reporter/Producer) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, DC. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
(vii) The period of performance is anticipated to start November 1, 2014 through
May 1, 2015 with option to extend services one year from date of award.
(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).
2. Past Performance. See attachment B (Past Performance Reference).
3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. Price Quotation shall be valid for six (6) months from date of submission. See sample attachment C – Price Proposal.
In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.
(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.
1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer broadcast equipment.
2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
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, and
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.
3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Quotation must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.
(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.
(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 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 for 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 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds (APR 1984); 52.232-19 Availability of Funds for next fiscal year; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
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. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).
(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at CFAUNTLE@VOANEWS.COM. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on October 7, 2014. Responses to questions will be posted to FedbizOps by COB October 10, 2014.
Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.
ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO CFAUNTLE@VOANEWS.COM BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 12:00 p.m. Eastern Daylight Time on October 17, 2014.
(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.
Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors/Voice of America Washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-006/listing.html
OutreachSystems Article Number: 141004/PROCURE/0049 Matching Key Words: naics!711510;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — VIDEO SHOOTER/EDITOR/PRODUCER – VOA PERSIAN LOS ANGELES, CA BBG39-Q-15-PERSIAN-001 101714 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: VIDEO SHOOTER/EDITOR/PRODUCER
VOA PERSIAN DIVISION
(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM 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; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-15-PERSIAN-001 is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, effective July 25, 2014.
(iv) This is solicitation is not reserved for total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.
(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from November 1, 2014 through May 1, 2015, one (1) option period of six (6) months from May 2, 2015 through October 31, 2015. Multiple awards will be considered for this requirement at the discretion of the Government. Price Quotation will be valid for six month from the date of submission.
(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services (Video Shooter/Editor/Producer) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Los Angeles, CA and surrounding areas. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
(vii) The period of performance is anticipated to start November 1, 2014 through May 1, 2015 with option to extend services one year from date of award.
(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).
2. Past Performance. See attachment B (Past Performance Reference).
3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal. Price Quotation will be valid for six month from the date of submission.
In addition, the offeror must agree to undergo a security background check. If the offeror fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.
(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.
1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer and broadcast equipment . Must be advanced in using final cut pro and using digital cameras.
2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
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, and
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.
3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Quotation must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.
(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.
(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 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 for 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 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds (APR 1984); 52.232-19 Availability of Funds for the next Fiscal Year (APR 1984); 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
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. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).
(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at CFAUNTLE@VOANEWS.COM. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on October 7, 2014. Responses to questions will be posted to
FedbizOps by COB October 10, 2014.
Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.
ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO CFAUNTLE@VOANEWS.COM BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on October 17, 2014.
(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.
Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors/Voice of America Los Angeles, CA US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-001/listing.html
OutreachSystems Article Number: 141004/PROCURE/0050 Matching Key Words: video*; edit*; produc*; website; web; education*; business*; produce?; instruct*; commercial?; naics!711510;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — VIDEO SHOOTER/EDITOR/PRODUCER BBG39-Q-15-PERSIAN-007 101714 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: VIDEOSHOOTER/EDITOR/PRODUCER
VOA PERSIAN DIVISION – WASHINGTON, DC AND NEW YORK, NY
(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM 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; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-15-PERSIAN-007 is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, effective July 25, 2014.
(iv) This is solicitation is not reserved for total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.
(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from November 1, 2014 through May 1, 2015, one (1) option period of six (6) months from May 2, 2015 through October 31, 2015. Multiple awards will be considered for this requirement at the discretion of the Government. Price Quotation will be valid for six month from the date of submission.
(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services (Video Shooter/Editor/Producer) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, DC and New York, NY and surrounding areas. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
(vii) The period of performance is anticipated to start November 1, 2014 through May 1, 2015 with option to extend services one year from date of award.
(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).
2. Past Performance. See attachment B (Past Performance Reference).
3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal. Price Quotation will be valid for six month from the date of submission.
In addition, the offeror must agree to undergo a security background check. If the offeror fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.
(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.
1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer and broadcast equipment . Must be advanced in using final cut pro and Dalet Plus and using digital cameras.
2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
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, and
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.
3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period. Price quotation shall be valid for six (6) months from date of submission.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Quotation must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.
(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.
(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 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 for 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 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds (APR 1984); 52.232-19 Availability of Funds for the next Fiscal Year (APR 1984); 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
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. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).
(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at CFAUNTLE@VOANEWS.COM. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on October 7, 2014. Responses to questions will be posted to FedbizOps by COB October 10, 2014.
Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.
ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO CFAUNTLE@VOANEWS.COM BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on October 17, 2014.
(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.
Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors/Voice of America Washington, DC Headquarters (330 Independence Ave, SW, Washington, DC) and New York Headquarters( 26 Federal Plaza, New York, NY 10278) Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-007/listing.html
OutreachSystems Article Number: 141004/PROCURE/0051 Matching Key Words: video*; edit*; produc*; website; web; education*; business*; produce?; instruct*; commercial?; naics!711510;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — EDITOR/PRODUCER – VOA PERSIAN SERVICE WASHINGTON, DC BBG39-Q-15-PERSIAN-008 101714 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: EDITOR/PRODUCER
VOA PERSIAN DIVISION – WASHINGTON, DC
(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM 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; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-15-PERSIAN-008 is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, effective July 25, 2014.
(iv) This is solicitation is not reserved for total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.
(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from November 1, 2014 through May 1, 2015, one (1) option period of six (6) months from May 2, 2015 through October 31, 2015. Multiple awards will be considered for this requirement at the discretion of the Government. Price Quotation will be valid for six month from the date of submission.
(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services (Editor/Producer) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, DC. and surrounding areas. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
(vii) The period of performance is anticipated to start November 1, 2014 through May 1, 2015 with option to extend services one year from date of award.
(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).
2. Past Performance. See attachment B (Past Performance Reference).
3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal. Price Quotation will be valid for six month from the date of submission.
In addition, the offeror must agree to undergo a security background check. If the offeror fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.
(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.
1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer and broadcast equipment. Must be advanced in using final cut pro and Dalet Plus.
2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
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, and
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.
3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Quotation must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.
(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.
(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 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 for 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 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds (APR 1984); 52.232-19 Availability of Funds for the next Fiscal Year (APR 1984); 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
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. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).
(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at CFAUNTLE@VOANEWS.COM. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on October 7, 2014. Responses to questions will be posted to FedbizOps by COB October 10, 2014.
Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.
ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO CFAUNTLE@VOANEWS.COM BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on October 17, 2014.
(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.
Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors/Voice of America 330 Independence Ave, SW Washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-008/listing.html
OutreachSystems Article Number: 141004/PROCURE/0052 Matching Key Words: naics!711510;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — PRODUCTION ASSISTANT/CHRYON-TELEPROMPTER OPERATOR FOR VOA PERSIAN – WASHINGTON, DC BBG39-Q-15-PERSIAN-010 101714 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: PRODUCTION ASSISTANT/CHRYON-TELEPROMPTER OPERATOR
VOA PERSIAN DIVISION – WASHINGTON, DC
(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM 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; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-15-PERSIAN-010 is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, effective July 25, 2014.
(iv) This is solicitation is not reserved for total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.
(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from November 1, 2014 through May 1, 2015, one (1) option period of six (6) months from May 2, 2015 through October 31, 2015. Multiple awards will be considered for this requirement at the discretion of the Government. Price Quotation will be valid for six month from the date of submission.
(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services (Production Assistant/Chyron-Teleprompter Operator) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, DC. and surrounding areas. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
(vii) The period of performance is anticipated to start November 1, 2014 through May 1, 2015 with option to extend services one year from date of award.
(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).
2. Past Performance. See attachment B (Past Performance Reference).
3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal. Price Quotation will be valid for six month from the date of submission.
In addition, the offeror must agree to undergo a security background check. If the offeror fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.
(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.
1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer and broadcast equipment. Must be advanced in using final cut pro and Dalet Plus.
2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
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, and
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.
3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Quotation must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.
(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.
(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 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 for 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 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds (APR 1984); 52.232-19 Availability of Funds for the next Fiscal Year (APR 1984); 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
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. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).
(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at CFAUNTLE@VOANEWS.COM. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on October 7, 2014. Responses to questions will be posted to FedbizOps by COB October 10, 2014.
Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.
ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO CFAUNTLE@VOANEWS.COM BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on October 17, 2014.
(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an
Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors/Voice of America/Persian Service 330 Independence Ave, SW, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-010/listing.html
OutreachSystems Article Number: 141004/PROCURE/0053 Matching Key Words: naics!711510;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — LINE PRODUCER COORDINATOR – VOA PERSIAN SERVICE – WASHINGTON, DC BBG39-Q-15-PERSIAN-009 101714 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: LINE PRODUCER AND COORDINATOR
VOA PERSIAN DIVISION – WASHINGTON, DC
(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM 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; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-15-PERSIAN-009 is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, effective July 25, 2014.
(iv) This is solicitation is not reserved for total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.
(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from November 1, 2014 through May 1, 2015, one (1) option period of six (6) months from May 2, 2015 through October 31, 2015. Multiple awards will be considered for this requirement at the discretion of the Government. Price Quotation will be valid for six month from the date of submission.
(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services as Line Producer/Coordinator as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, DC. and surrounding areas. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
(vii) The period of performance is anticipated to start November 1, 2014 through May 1, 2015 with option to extend services one year from date of award.
(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).
2. Past Performance. See attachment B (Past Performance Reference).
3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal. Price Quotation will be valid for six month from the date of submission.
In addition, the offeror must agree to undergo a security background check. If the offeror fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.
(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.
1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer software and broadcast equipment. Must be familiar in using Final Cut Pro and Dalet Plus.
2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
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, and
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.
3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period. Price Quotation shall be valid for six (6) months from date of submission.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Quotation must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.
(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.
(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 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 for 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 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds (APR 1984); 52.232-19 Availability of Funds for the next Fiscal Year (APR 1984); 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
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. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).
(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at CFAUNTLE@VOANEWS.COM. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on October 7, 2014. Responses to questions will be posted to FedbizOps by COB October 10, 2014.
Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.
ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO CFAUNTLE@VOANEWS.COM BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on October 17, 2014.
(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.
Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors/Voice of America 330 Independence Ave, SW Washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-009/listing.html
OutreachSystems Article Number: 141004/PROCURE/0054 Matching Key Words: naics!711510;
Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
U–SEXUAL HARASSMENT/ASSAULT PREVENTION TRAINING W9124D-14-Q-5953 073114 Nathalie Riley, 502-624-4574 MICC Center – Fort Knox This Sources Sought Synopsis is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate (SCA) at dean.m.carsello.civ@mail.mil.
This is a follow on contract for highly specialized services. The requirement is for non-personal services, performance-based acquisition to provide training for the prevention of sexual harassment and sexual assault to Army personnel during Initial Military Training (IMT) and at Drill Sergeant Training in support of the Army’s Sexual Harassment/Assault and Response Program (SHARP) training strategy for the Office of Deputy Chief of Staff, G-1 during the base period of performance is 28 September 2014 through 27 September 2015, with one one-year option period.
The specific requirement is to support the Army’s SHARP training strategy to combat sexual harassment and sexual assault. Every military member accessed in the Army is required to receive the prevention of sexual harassment and sexual assault training during IMT, both CONUS and OCONUS locations. The focused training plan also includes a secondary prevention of sexual harassment and sexual assault training session which is more specific for the active duty, reserve, Guard and civilian components of the Army.
The training provides instruction to recognize and combat sexual harassment/assault in peers and to act accordingly by assisting and directing fellow soldiers to the proper channels for further assistance. The Army continues to work to combat sexual harassment and assault and the SHARP training during the accession process is focused at giving Soldiers the tools to identify and combat this issue. The Army also continues to focus on the sexual assault prevention training given to soldiers on installations, both CONUS and OCONUS. The focused training plan approved by the Chief of Staff of the Army includes training sessions to large groups of up to 350 soldiers per session to the Army.
The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform services supporting the Army G-1 Sexual Harassment/Assault Response and Prevention (SHARP) Program.
The contractor shall provide training support in accordance with referenced Army regulations, policy directives, and any portion of the contractor’s proposed processes that are incorporated into the contract.
For the accession training sessions, the contractor shall provide a live training session which is performed by expertly trained actors as part of a 90 minutes improvisational comedy/education role play interactive exercises at Army installations worldwide (CONUS and OCONUS). Each session will be comprised of two actors (male and female) presenting to groups of approximately 350 Soldiers. The presentation will address social pressures, gender stereotypes, rape myths, and respectful relationships. Contractor shall manage and furnish all support products and services associated with the training. The contactor will also conduct logistical coordination with installation POCs, and is responsible for onsite event management in order to successfully execute this task.
For the secondary training sessions, the contractor shall provide a live training which is performed by expertly trained actors as part of a 90-120 minute improvisational comedy/education role play interactive exercises at Army installations worldwide (CONUS and OCONUS). Each session will be comprised of one actor (male or female) presenting to groups of up to 350 Soldiers. The presentation will address social pressures, sexual assault, and bystander intervention. Contractor shall manage and furnish all support products and services associated with the IMT accession training. The contactor shall also conduct logistical coordination with installation POCs, and is responsible for onsite event management in order to successfully execute this task.
APPLICABLE PUBLICATIONS (CURRENT EDITIONS)
The Contractor shall abide by all applicable regulations, publications, manuals, and local policies and procedures.
DODD 6495.01
DODI 6495.02
AR 600-20, Chapter 7-8, Appendix D-J
NDAA FY05-07.
The appropriate NAICS code is 611430 with a size standard of $10,000,000.00.
This synopsis is not a request for proposal. It is a market research tool being used to determine procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this sources sought synopsis. The government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis.
NOTE: For any acquisition set-aside for small business, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, will apply and will require the prime contractor to self-perform at least 50 percent of the labor with its own employees. Prime contractors cannot sub-contract the entire effort. Again, this applies only to small business set-asides.
Responses to this announcement must be received no later than 2:00 P.M. Eastern Standard Time on Thursday, 31 July 2014. Responses should be emailed to nathalie.w.riley.civ@mail.mil. Responses shall include the following:
1. Company name and address;
2. A statement of interest that meets all the requirements listed above;
3. A synopsis of the contractor’s capabilities;
4. Company size: small or large, new qualified small business sources, including veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged, economically disadvantaged women-owned small, and women-owned small eligible under the Woman-Owned Small Business Program;
5. Statement confirming the requirements of FAR 52.219-14 will be met should this acquisition be set-aside for small business (if applicable);
6. Contact information, to include name, e-mail address, phone number, and fax number;
Place of Performance: MICC – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/4dd535b36c1e76151c1e50ada6e6eec8
OutreachSystems Article Number: 141004/PROCURE/0251 Matching Key Words: age:state!ky; state!ky;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — ON AIR HOST/WRITER VOA PERSIAN NEW YORK, NY BBG39-Q-15-PERSIAN-002 101614 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: ON-AIR HOST/WRITER
VOA PERSIAN DIVISION – NEW YORK, NY
(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM 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; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-15-PERSIAN-002 is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, effective July 25, 2014.
(iv) This is solicitation is not reserved for total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.
(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from November 1, 2014 through May 1, 2015, one (1) option periods of six (6) months from May 2, 2015 through October 31, 2015. The Price Proposal shall be in effect for six (6) months from the date of the solicitation. Multiple awards will be considered for this requirement at the discretion of the Government.
(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services (Video Shooter/Editor/Producer) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Paris, France and surrounding areas. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
(vii) The period of performance is anticipated to start November 1, 2014 through May 1, 2015 with options to extend services one year from date of award.
(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).
2. Past Performance. See attachment B (Past Performance Reference).
3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal.
In addition, the offeror must agree to undergo a security background check. If the offeror fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.
(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.
1) Technical – Contractor must be able to produce and edit video program segments. Must be able to speak and write in Farsi and English. Advanced skills in television production are required, to include technical facility with digital video camera equipment and production techniques in-studio and in the field. Digital editing skills must include Final Cut Pro, related graphics programs and the ability to master VOA network distribution tool.
2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
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, and
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.
3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Quotation must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.
(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.
(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 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 for 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 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; 52.232-18 Availability of Funds (APR 1984); 52.232-19 Availability pf Funds for next Fiscal year (APR 1984) and, 52.242-17 Government Delay of Work.
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. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).
(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at CFAUNTLE@VOANEWS.COM. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on October 6, 2014. Responses to questions will be posted to FedbizOps by COB October 9, 2014.
Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.
ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO CFAUNTLE@VOANEWS.COM BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on October 16, 2014.
(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.
Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors/Voice of America New York Headquarters Building 26 Federal Plaza New York, NY 10278-0005 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-002/listing.html
OutreachSystems Article Number: 141003/PROCURE/0047 Matching Key Words: video*; edit*; produc*; website; web; education*; business*; produce?; production?; distribut*; instruct*; commercial?; naics!711510;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — ANCHOR/WRITER/REPORTER BBG39-Q-15-PERSIAN-005 101614 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com (i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM 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; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-15-PERSIAN-005 is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, effective July 25, 2014.
(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $7M.
(v) The Offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The Offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from November 1, 2014 through May 1, 2014, option period of six (6) months from May 2, 2015 through October 31, 2015. Price Quotation shall be valid for six (6) months from the date of the submission. Multiple awards will be considered for this requirement at the discretion of the Government.
(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with Offeror for Television, Internet and Multimedia services (Anchor/Writer/Reporter) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in Washington, D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
(vii) The period of performance is anticipated to start November 1, 2014 through
May 1, 2014 with options to extend services one year from date of award.
(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested Offerors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The Offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).
2. Past Performance. The Offeror is required to provide no more than three (3) references from previous customers or same or similar services See attachment B (Past Performance Reference).
3. Offeror shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal. Price proposal shall be valid for six (6) months from date of submission.
In addition, the offeror must agree to undergo a security background check. If the contractor fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.
(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.
1) Technical – Must be able to speak and write in Farsi and English. Must be familiar with latest computer broadcast equipment.
2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
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, and
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.
3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period. The price quotation shall be valid for six (6) months from submission of price quotation.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Quotation must also include Offeror’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.
(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.
(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 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 for 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 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract;52-232-18 Availability of Funds (APR 1984); 52.232-19 Availability of Funds for next Fiscal year; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work.
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. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).
(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at CFAUNTLE@VOANEWS.COM. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on October 6, 2014. Responses to questions will be posted to FedbizOps by COB October 9, 2014.
Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.
ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO CFAUNTLE@VOANEWS.COM BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 12:00 p.m. Eastern Daylight Time on October 16, 2014.
(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency
Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors/Voice of America 330 Independence Ave, SW Washington, DC 20237 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-005/listing.html
OutreachSystems Article Number: 141003/PROCURE/0048 Matching Key Words: naics!711510;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237
R — VIDEO JOURNALIST/REPORTER BBG39-Q-15-PERSIAN-003 101614 Cheryl J Nixon, Phone 2023827046, Email cfauntle@voanews.com TITILE: VIDEO JOURNALIST/REPORTER
VOA PERSIAN SERVICE – NEW YORK, NY
(i) THIS IS A COMBINED SYNOPSIS/REQUEST FOR QUOTATION FOR A COMMERCIAL ITEM 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; ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
(ii) Solicitation No. BBG39-Q-15-PERSIAN-003 is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, effective July 25, 2014.
(iv) This is solicitation is not reserved for total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 71151.
(v) The offeror shall provide a Firm Fixed Price quotation for hourly rate based on a minimum of 16 hours minimum and a maximum of 200 hours per month during a five-day period/week and may be required to work in shifts from 7:30 am until 3:30 pm or 3:30 pm until 11:30 pm or 11:30 pm until 7:30 am. Work shift may include weekends and Federal holidays. The offeror shall provide a Firm Fixed Price quotation reflecting hourly price for a base period of six (6) months from November 1, 2014 through May 1, 2015, one (1) option periods of six (6) months from May 2, 2015 through October 31, 2015. The Price Proposal shall be valid for six (6) months from the date of submission. Multiple awards will be considered for this requirement at the discretion of the Government.
(vi) The Broadcasting Board of Governors (BBG), VOA Persian Division located in Washington, D.C. anticipates establishing Non-Personal Services Purchase Orders with contractors for Television, Internet and Multimedia services (Video Journalist/Reporter) as described in the attached Statements of Work (SOW) for VOA Persian Division (VOA/LNN) in New York, NY and surrounding areas. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13.
(vii) The period of performance is anticipated to start November 1, 2014 through May 1, 2015 with options to extend services one year from date of award.
(viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quotation identifying capabilities as noted below. The offeror shall demonstrate the ability and experience in providing the required services.
Offeror qualifications and Quotation Submission shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae and evidence of the Offeror’s pertinent experience and education that can be easily and quickly validated by the COR. See sample attachment A (Technical Proposal).
2. Past Performance. See attachment B (Past Performance Reference).
3. Contractors shall submit their quotation on an hourly basis. Work will be on an as-needed basis. All prices shall include overhead (e.g., benefits), General and Administrative cost (G&A) , and profit. See sample attachment C – Price Proposal.
In addition, the offeror must agree to undergo a security background check. If the offeror fails to pass a security background check, the contract shall be terminated.
To ensure consideration for the intended position, please reference the solicitation number on each of your quotations.
(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in this quotation. When combined technical and past performance are more important than price.
1) Technical – Contractor must be able to produce and edit video program segments. Must be able to speak and write in Farsi and English. Advanced skills in television production are required, to include technical facility with digital video camera equipment and production techniques in-studio and in the field. Digital editing skills must include Final Cut Pro, related graphics programs and the ability to master VOA network distribution tool.
2) Past Performance – The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement. Offerors shall provide the three (3) references with the following information:
(i) reference’s name and address, email and telephone number of contact person;
(ii) dollar amount of the contract or pay rate of employment;
(iii) term of the contract or employment; and
(iv) brief description of the work performed.
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, and
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.
3) Price Quotation showing a breakdown of the price by hourly (See Attachment C -Example Price Quotation). Price quote for base period shall be the same for each option period. Price quotation shall be valid for six (6) months from date of submission.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Quotation must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.
(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.
(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 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 for 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 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332)
(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; 52.232-18 Availability of Funds (APR 1984); 52.232-19 Availability of Funds for next Fiscal year (APR 1984) and, 52.242-17 Government Delay of Work.
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. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far).
(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) Questions must be submitted in writing and only via email to Cheryl Nixon at CFAUNTLE@VOANEWS.COM. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on October 6, 2014. Responses to questions will be posted to FedbizOps by COB October 9, 2014.
Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted.
ALL TECHNICAL AND PRICE QUOTATIONS, AND PAST PERFORMANCE MUST BE SUBMITTED ELECTRONICALLY TO CFAUNTLE@VOANEWS.COM BEFORE THE CLOSING DEADLINE BELOW to Cheryl Nixon, Contracting Officer, VOA Persian Division, Voice of America, Broadcasting Board of Governors, Room 1650, 330 Independence Ave., SW, Washington, DC 20237. CLOSING DEADLINE is before 11:59 p.m. Eastern Daylight Time on October 16, 2014.
(xvi) Contact: Cheryl Nixon, Contracting Officer, email:CFAUNTLE@VOANEWS.COM. All responsible sources may submit an offer that will be considered by the Agency.
Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors/VOA Persian Service New York Headquarters 26 Federal Plaza New York, NY 10278-0005 US URL:https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG39-Q-15-PERSIAN-003/listing.html
OutreachSystems Article Number: 141003/PROCURE/0049 Matching Key Words: video*; edit*; produc*; website; web; education*; business*; produce?; production?; distribut*; instruct*; commercial?; naics!711510;
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd MacDill AFB FL 33621-5323
R — Special Operations Forces Industry Conference (SOFIC) H92222-14-R-SOFIC 082114 Christopher A Harrington, Director, Small Business, Phone 8138269475, Email Christopher.Harrington@socom.mil – The United States Special Operations Command (USSOCOM) is seeking interested organizations/associations to plan, coordinate, and execute the annual Special Operations Forces Industry Conference (SOFIC). SOFIC is held annually in the May/June timeframe at the Tampa Convention Center. The conference is expected to run three days, starting on Tuesday and completing on Thursday. Due to the nature and magnitude of set up for exhibitors the Tampa Convention Center must be reserved starting the Sunday prior to the event through Friday of the same week.
Interested organizations/associations will be responsible for the advertising, registration, collection of all monies, agenda with Government input, scheduling of large plenary rooms as well as break out rooms, exhibit hall, food service for breakfast and lunch, and the Gala Dinner. The Gala Dinner is a Black Tie event and will be held Wednesday night of SOFIC.
For planning purposes organizations/associations should plan on the following to help understand the magnitude and scope of the conference:
Attendees: Approximately 9,000
Exhibitors: Approximately 350 Industry and 30 Government Booths
Exhibit Hall: Approximately 86,000 sq ft
Gala Dinner: Approximately 130 tables and 1,300 attendees
USSOCOM is interested in innovative and unique ideas on how to make SOFIC a continued success story. The Command is looking for information that show how your organization/association plans on executing the 2015 SOFIC Conference with an option to host the 2016 Conference.
Your response should be no longer than 15 pages and include past performance references (name of conference, dates, and a Point of Contact with phone number and e-mail) of at least 3 conferences within the last 3 years with the same size, scope, and complexity of a SOFIC as well as evidence of hosting a Black Tie Gala Dinner. Industry must also propose dates for SOFIC along with a letter of availability from the Tampa Convention Center, marketing/communication plan, registration plan, sample agenda, food service plan, audiovisual plan, badging plan, schedule to show milestones leading up to the conference, and how you plan to incorporate the Government booths.
Place of Performance: Tampa, FL 33602 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-14-R-SOFIC/listing.html
OutreachSystems Article Number: 141003/PROCURE/0694 Matching Key Words: audiovisual; serv*;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Cuba Broadcasting, Office of Administration (OCB/A), 4201 NW 77th Avenue Miami FL 33166
R — Production Services (Multiple Positions) BBG45-Q-15-OCB0003 102014 Mary A. Amps, Contracting Officer, Phone 305-437-7031, Fax 305-437-7037, Email mamps@ocb.ibb.gov (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM 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.
(ii) Solicitation No. BBG45-Q-15-OCB0003 is issued as a Request For Quotation (RFQ) and a contract will be awarded using simplified acquisition procedures in FAR Part 13.
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, dated August 25, 2014.
(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $29.5M.
(v) The contractor shall provide a Firm Fixed Price quotation showing an assignment for a base period of three (3) months and three (3) option periods of three (3) months each. Multiple awards will be considered for this requirement at the discretion of the Government.
(vi) The Broadcasting Board of Governors (BBG), Office of Cuba Broadcasting (OCB) located in Miami, FL anticipates establishing Non-Personal Services Purchase Orders with Independent Contractors for Production Services as described in the attached Statements of Work (SOWs) for Office of Cuba Broadcasting (OCB) in Miami, Florida. Offerors may submit for more than one Statement of Work, however they must submit an individual quote i.e. technical and price for each SOW. The Offerors selected for an award must be able to successfully pass a BBG security investigation.
(vii) The period of performance is anticipated to start November 1, 2014 through October 31, 2015. The Contractor shall submit a monthly invoice electronically for services provided the preceding month.
(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.
Offeror qualifications shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae that includes work experience, education and specialized training necessary to provide the required services under solicitation. Also, include evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the OCB. Dates (months/years) and locations for all field experience must also be detailed.
2. Contractors shall submit their price quotation for base and option periods on an hourly basis. Work will be on an as-needed basis, subject to availability of FY-2015 funds and mission consideration.
INTERESTED OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) a Technical Proposal which addresses the technical factors described below in (ix) and (2) and a Price Proposal in accordance with (ix). A copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items or a statement that FAR 52.212-3 has been completed in the System for Award Management website. The technical and price proposals must be submitted separately. No price information should be contained within the technical proposal.
To ensure consideration for the intended position, please reference the solicitation number on your proposal and the position name on the individual Statement of Work the offeror is responding to. If responding to multiple SOWs, separate proposal packages are required for each SOW offeror is responding to.
(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services contract resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals:
1) Contractor Qualifications – The Offeror shall provide their resume that includes work experience, education and specialized training. The Offeror must be able to demonstrate proficiency in writing and speaking Spanish and English;
2) Past Performance – See Attachment A (Past Performance Reference)
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, and
3) A separate Price Quotation showing a breakdown of the price on an hourly basis. The prices shall be provided in in English and United States dollars. (See Attachment B – Example Price Quotation). Price quote for base period shall be the same for each option period.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Proposals 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 CONTRACT AWARD.
(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
I. CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (End of Clause)
II. EXERCISING OF OPTIONS UNDER THIS CONTRACT: The Government reserves the right to unilaterally exercise the options. The Parties agree that the Government may partially exercise and fund any options and may do so multiple times up to the point that the option has been fully exercised and funded. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise. In the event that BBG does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable. Additionally, the parties agree that, in the event the BBG decides not to exercise any options, BBG will have no further obligation to the Contractor under this contract other than to pay for services actually rendered by the Contractor to BBG hereunder. (End of Clause)
III. AVAILABILITY OF FUNDS. Funds are not presently available for performance under this contract beyond the Base Period. The Government’s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond the Base Period, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause)
(xii) 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 contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 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 for 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 Contractor Policy to Ban Text Messaging with 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) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; 52.232-18 Availability of Funds; and, 52.242-17 Government Delay of Work; 52.243-1 Changes-Fixed Price.
(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) Failure to provide any of the above-required Items may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted.
Questions must be submitted in writing and only via email to Mary Amps at mamps@bbg.gov. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on October 08, 2014.
ALL TECHNICAL AND PRICE QUOTES MUST BE SUBMITTED ELECTRONICALLY TO OCBTALENT@BBG.GOV BEFORE THE CLOSING DEADLINE BELOW. Proposals are due to Mary Amps, Contracting Officer, Broadcasting Board of Governors, Office of Cuba Broadcasting, 4201 NW 77th Avenue, Miami, Florida 33166 before 12:00 p.m. Eastern Daylight Time on October 20, 2014.
(xvi) Contact: Mary Amps, Contracting Officer, email: mamps@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.
Set-Aside: Total Small Business Place of Performance: 4201 NW 77th Avenue Miami, FL 33166 US URL: https://www.fbo.gov/spg/BBG/ADM/OCBAMIAMIFL/BBG45-Q-15-OCB0003/listing.html
OutreachSystems Article Number: 141001/PROCURE/0053 Matching Key Words: naics!711510;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Cuba Broadcasting, Office of Administration (OCB/A), 4201 NW 77th Avenue Miami FL 33166
R — Radio and Multimedia Services (Multiple Positions) BBG45-Q-15-OCB0002 102014 Mary A. Amps, Contracting Officer, Phone 305-437-7031, Email mamps@bbg.gov (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM 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.
(ii) Solicitation No. BBG45-Q-15-OCB0002 is issued as a Request For Quotation (RFQ) and a contract will be awarded using simplified acquisition procedures in FAR Part 13.
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, dated August 25, 2014.
(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $29.5M.
(v) The contractor shall provide a Firm Fixed Price quotation showing an assignment for a base period of three (3) months and three (3) option periods of three (3) months each. Multiple awards will be considered for this requirement at the discretion of the Government.
(vi) The Broadcasting Board of Governors (BBG), Office of Cuba Broadcasting (OCB) located in Miami, FL anticipates establishing Non-Personal Services Purchase Orders with Independent Contractors for Radio and Multimedia services as described in the attached Statements of Work (SOWs) for Office of Cuba Broadcasting (OCB) in Miami, Florida. Offerors may submit for more than one Statement of Work, however they must submit an individual quote i.e. technical and price for each SOW. The Offerors selected for an award must be able to successfully pass a BBG security investigation.
(vii) The period of performance is anticipated to start November 1, 2014 through October 31, 2015. The Contractor shall submit a monthly invoice electronically for services provided the preceding month.
(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.
Offeror qualifications shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae that includes work experience, education and specialized training necessary to provide the required services under solicitation. Also, include evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the OCB. Dates (months/years) and locations for all field experience must also be detailed.
2. Contractors shall submit their price quotation for base and option periods on an hourly basis. Work will be on an as-needed basis, subject to availability of FY-2015 funds and mission consideration.
INTERESTED OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) a Technical Proposal which addresses the technical factors described below in (ix) and (2) and a Price Proposal in accordance with (ix). A copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items or a statement that FAR 52.212-3 has been completed in the System for Award Management website. The technical and price proposals must be submitted separately. No price information should be contained within the technical proposal.
To ensure consideration for the intended position, please reference the solicitation number on your proposal and the position name on the individual Statement of Work the offeror is responding to. If responding to multiple SOWs, separate proposal packages are required for each SOW offeror is responding to.
(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services contract resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals:
1) Contractor Qualifications – The Offeror shall provide their resume that includes work experience, education and specialized training. The Offeror must be able to demonstrate proficiency in writing and speaking Spanish and English;
2) Past Performance – See attachment B (Past Performance Reference)
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, and
3) A separate Price Quotation showing a breakdown of the price on an hourly basis. The prices shall be provided in in English and United States dollars. (See attachment C – Example Price Quotation). Price quote for base period shall be the same for each option period.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Proposals 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 CONTRACT AWARD.
(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
I. CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (End of Clause)
II. EXERCISING OF OPTIONS UNDER THIS CONTRACT: The Government reserves the right to unilaterally exercise the options. The Parties agree that the Government may partially exercise and fund any options and may do so multiple times up to the point that the option has been fully exercised and funded. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise. In the event that BBG does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable. Additionally, the parties agree that, in the event the BBG decides not to exercise any options, BBG will have no further obligation to the Contractor under this contract other than to pay for services actually rendered by the Contractor to BBG hereunder. (End of Clause)
III. AVAILABILITY OF FUNDS. Funds are not presently available for performance under this contract beyond the Base Period. The Government’s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond the Base Period, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause)
(xii) 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 contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 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 for 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 Contractor Policy to Ban Text Messaging with 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) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; 52.232-18 Availability of Funds; and, 52.242-17 Government Delay of Work; 52.243-1 Changes-Fixed Price.
(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) Failure to provide any of the above-required Items may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted.
Questions must be submitted in writing and only via email to Mary Amps at mamps@bbg.gov. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on October 08, 2014.
ALL TECHNICAL AND PRICE QUOTES MUST BE SUBMITTED ELECTRONICALLY TO OCBTALENT@BBG.GOV BEFORE THE CLOSING DEADLINE BELOW. Proposals are due to Mary Amps, Contracting Officer, Broadcasting Board of Governors, Office of Cuba Broadcasting, 4201 NW 77th Avenue, Miami, Florida 33166 before 12:00 p.m. Eastern Daylight Time on October 20, 2014.
(xvi) Contact: Mary Amps, Contracting Officer, email: mamps@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.
Set-Aside: Total Small Business Place of Performance: 4201 NW 77th Avenue Miami, FL 33166 US URL: https://www.fbo.gov/spg/BBG/ADM/OCBAMIAMIFL/BBG45-Q-15-OCB0002/listing.html
OutreachSystems Article Number: 141001/PROCURE/0054 Matching Key Words: naics!711510;
Broadcasting Board of Governors, Director, Office of Contracts, Office of Cuba Broadcasting, Office of Administration (OCB/A), 4201 NW 77th Avenue Miami FL 33166
R — Radio and Television Technical Services (Multiple Positions) BBG45-Q-15-OCB0001 102014 Mary A. Amps, Contracting Officer, Phone 305-437-7031, Email mamps@bbg.gov (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM 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.
(ii) Solicitation No. BBG45-Q-15-OCB0001 is issued as a Request For Quotation (RFQ) and a contract will be awarded using simplified acquisition procedures in FAR Part 13.
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076, dated August 25, 2014.
(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $29.5M.
(v) The contractor shall provide a Firm Fixed Price quotation showing an assignment for a base period of three (3) months and three (3) option periods of three (3) months each. Multiple awards will be considered for this requirement at the discretion of the Government.
(vi) The Broadcasting Board of Governors (BBG), Office of Cuba Broadcasting (OCB) located in Miami, FL anticipates establishing Non-Personal Services Purchase Orders with Independent Contractors for Radio and Television Technical services as described in the attached Statements of Work (SOWs) for Office of Cuba Broadcasting (OCB) in Miami, Florida. Offerors may submit for more than one Statement of Work, however they must submit an individual quote i.e. technical and price for each SOW. The Offerors selected for an award must be able to successfully pass a BBG security investigation.
(vii) The period of performance is anticipated to start November 1, 2014 through October 31, 2015. The Contractor shall submit a monthly invoice electronically for services provided the preceding month.
(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.
Offeror qualifications shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror’s resume/curriculum vitae that includes work experience, education and specialized training necessary to provide the required services under solicitation. Also, include evidence of the Offeror’s pertinent past performance that can be easily and quickly validated by the OCB. Dates (months/years) and locations for all field experience must also be detailed.
2. Contractors shall submit their price quotation for base and option periods on an hourly basis. Work will be on an as-needed basis, subject to availability of FY-2015 funds and mission consideration.
INTERESTED OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) a Technical Proposal which addresses the technical factors described below in (ix) and (2) and a Price Proposal in accordance with (ix). A copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items or a statement that FAR 52.212-3 has been completed in the System for Award Management website. The technical and price proposals must be submitted separately. No price information should be contained within the technical proposal.
To ensure consideration for the intended position, please reference the solicitation number on your proposal and the position name on the individual Statement of Work the offeror is responding to. If responding to multiple SOWs, separate proposal packages are required for each SOW offeror is responding to.
(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services contract resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals:
1) Contractor Qualifications – The Offeror shall provide their resume that includes work experience, education and specialized training. The Offeror must be able to demonstrate proficiency in writing and speaking Spanish and English;
2) Past Performance – See Attachment A (Past Performance Reference)
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, and
3) A separate Price Quotation showing a breakdown of the price on an hourly basis. The prices shall be provided in in English and United States dollars. (See Attachment B – Example Price Quotation). Price quote for base period shall be the same for each option period.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Proposals 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 CONTRACT AWARD.
(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows:
I. CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR) who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (End of Clause)
II. EXERCISING OF OPTIONS UNDER THIS CONTRACT: The Government reserves the right to unilaterally exercise the options. The Parties agree that the Government may partially exercise and fund any options and may do so multiple times up to the point that the option has been fully exercised and funded. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise. In the event that BBG does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable. Additionally, the parties agree that, in the event the BBG decides not to exercise any options, BBG will have no further obligation to the Contractor under this contract other than to pay for services actually rendered by the Contractor to BBG hereunder. (End of Clause)
III. AVAILABILITY OF FUNDS. Funds are not presently available for performance under this contract beyond the Base Period. The Government’s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond the Base Period, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause)
(xii) 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 contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 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 for 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 Contractor Policy to Ban Text Messaging with 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) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; 52.232-18 Availability of Funds; and, 52.242-17 Government Delay of Work; 52.243-1 Changes-Fixed Price.
(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) Failure to provide any of the above-required Items may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted.
Questions must be submitted in writing and only via email to Mary Amps at mamps@bbg.gov. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on October 08, 2014.
ALL TECHNICAL AND PRICE QUOTES MUST BE SUBMITTED ELECTRONICALLY TO OCBTALENT@BBG.GOV BEFORE THE CLOSING DEADLINE BELOW. Proposals are due to Mary Amps, Contracting Officer, Broadcasting Board of Governors, Office of Cuba Broadcasting, 4201 NW 77th Avenue, Miami, Florida 33166 before 12:00 p.m. Eastern Daylight Time on October 20, 2014.
(xvi) Contact: Mary Amps, Contracting Officer, email: mamps@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.
Set-Aside: Total Small Business Place of Performance: 4201 NW 77th Avenue Miami, FL 33166 US URL: https://www.fbo.gov/spg/BBG/ADM/OCBAMIAMIFL/BBG45-Q-15-OCB0001/listing.html
OutreachSystems Article Number: 141001/PROCURE/0055 Matching Key Words: naics!711510;
FedBizOpps – Awards
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
R–Professional Services IDIQ W912QR-14-R-0041 Stephanie Craig, 502-315-6204 USACE District, Louisville W912QR-14-D-0039 $9,900,000.00 093014 0001 DARK MOUNTAIN INNOVATIONS LLC (125121066)
2715 LOGMILL RD
HAYMARKET, VA 20169-1211 Professional Services IDIQ
URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-14-R-0041/listing.html
OutreachSystems Article Number: 141001/AWARDS/0771 Matching Key Words: age:state!ky;
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
R–Professional Services IDIQ W912QR-14-R-0041 Stephanie Craig, 502-315-6204 USACE District, Louisville W912QR-14-D-0040 $9,900,000.00 093014 0001 Health Facility Solutions Co (132786505)
151 Algerita Dr
San Antonio, TX 78230-4612 Professional Services IDIQ
URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-14-R-0041/listing.html
OutreachSystems Article Number: 141001/AWARDS/0772 Matching Key Words: age:state!ky;
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
R–Professional Services IDIQ W912QR-14-R-0041 Stephanie Craig, 502-315-6204 USACE District, Louisville W912QR-14-D-0041 $9,900,000.00 093014 0001 VERNADERO GROUP INCORPORATED (114054054)
4422 E INDIAN SCHOOL RD STE 101
PHOENIX, AZ 85018-5411 Professional Services IDIQ
URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-14-R-0041/listing.html
OutreachSystems Article Number: 141001/AWARDS/0773 Matching Key Words: age:state!ky;
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street Suite 1202 Arlington VA 22202-4371
T –– Video Production Commercial Item Services HQ003414T0200 Tashona Beale, Phone 7035453566, Email tashona.n.beale.civ@mail.mil HQ0034-14-P-0241 $63,600 093014 S and SProductions, Inc., 2237 North Vermont Street, Arlington, VA 22207 US
URL: https://www.fbo.gov/spg/ODA/WHS/REF/HQ003414T0200/listing.html
OutreachSystems Article Number: 141001/AWARDS/0817 Matching Key Words: video*; produc*; production?; commercial?; naics!512110;
FedBizOpps – Surplus
Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598
99 — Sale Of Baled Post-Consumer Sorted Office Fiber QRP15-0007 100714 Bridgette Caico, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel G Pearman, Program Manager, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil Good Morning to all,
I would like to let everyone know that Fort Knox QRP has a sale of Baled Post – Consumer Sorted Office Fiber.
First, please open the attached sale solicitation/agreement, and then I would like everyone to sign, date, and enter all of the required information on the agreement before you send your bid by email or fax. There is also a place at the bottom left hand corner to put your initials once you have read and understood all of the information I have sent to you.
If there are any questions please do not hesitate to call either Daniel G Pearman or Bridgette Caico at (502) 624-5026.
All bids are welcome.
Thank you very much,
Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672
Place of Performance: 309 Frazier Rd Bldg 2962 Fort Knox , KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP15-0007/listing.html
OutreachSystems Article Number: 141001/SURPLUS/1741 Matching Key Words: state!ky;
Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598
99 — Sale of Old Corrugated Containers (Grade#11) QRP15-0008 100714 Bridgette Caico, Clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel G Pearman, Program Manager, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for sale of Old Corrugated Containers (Grade # 11). The duration of this is for 1 year.
Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at bridgette.r.caico.naf@mail.mil. Respond due date is a 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome.
The contract performance location is bldg 2962, 309 Frasier Rd. Fort Knox Ky 40121
Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672
Place of Performance: 309 Frazier Rd Bldg 2962 Fort Knox , KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP15-0008/listing.html
OutreachSystems Article Number: 141001/SURPLUS/1742 Matching Key Words: state!ky;
USABID State and Local Purchases
Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211
R – Professional Management of the On-Street Parking Program SOL RFP-3303-0-2015/ES Professional Management of the On-Street Parking Program Due Date: 10/23/2014 3:00 PM Eastern Contact: Eugene Skeete For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141004/BID/0545 Matching Key Words: age:state!ky; state!ky;
Maine Public Notices http://me.mypublicnotices.com/PublicNotice.asp Provides public notice advertisements from newspapers throughout Maine.
R – Request for Proposal Disability Program DesiRequest for Proposal SOL Request for Proposal Disability Program DesiRequest for Proposal Disability Program Design Consultant The Maine Public Employees Retirement System (MainePERS) is seeking proposals to procure the services of a qualified consulting firm to review and make recommendations regarding the process by which MainePERS administers disability benefits. A mandatory bidders conference call for this RFP will be held on October 27, 2014, at 11:00 a.m. EDT at (207) 512-3190. During the conference call, questions may be asked regarding the RFP. MainePERS may provide answers to questions at that time or defer questions to a written response. All participants in the Bidders conference will receive a copy of the written response to questions. For more information or to receive a copy of the RFP, please visit http://www.mainepers. org/rfp.htm. Sealed proposals must be received by 2:00 p.m. on November 14, 2014 at MainePERS, P.O. Box 349, Augusta, ME 04332-0349. Proposals received after that date and time will not be accepted. MainePERS reserves the right to reject any and all proposals. Appeared in: Kennebec Journal on Friday, 10/03/2014 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141004/BID/0605 Matching Key Words: writ*; copy;
Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100
99 – JACE Controller SOL K-0726-15 JACE Controller Due Date: 10-15-14 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 141003/BID/0246 Matching Key Words: age:state!ky; state!ky;
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES
Trackbacks/Pingbacks
[…] PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES […]