Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2005 FBO #1252
SOLICITATION NOTICE

R -- Personal Service Contractors

Notice Date
4/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
 
ZIP Code
20237
 
Solicitation Number
BBGCON-2005-S5560
 
Response Due
5/13/2005
 
Archive Date
5/28/2005
 
Description
This Description was prepared by the U.S. Broadcasting Board of Governors (BBG) pursuant to Federal Acquisition Regulation (FAR) Subpart 12.603 (Streamlined Solicitation for Commercial Items) to include the following additional information: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of 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) This Solicitation Number BBGCON-2605-S5560 is issued as a request for proposal (RFP) that will result in multiple Personal Service Contracts (PSC) being awarded using FAR Part 15 (Contracting by Negotiation) procedures. (iii) This combined synopsis/solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03 dated April 11, 2005. (iv) The Contracting Officer (CO) has found and determined that the nature of the services to be provided is appropriate for an "unrestricted" procurement. (v) Contract Line-Item Number (CLIN) 1: The Contractor shall perform personal services tasks as a multifunctional writer/ announcer/producer/content-reviewer for the Voice of America's (VOA) Zimbabwe Radio Broadcast and Internet Project (hereinafter referred to as the VOA's "Zimbabwe Project"), under the general supervision and guidance of the VOA's Africa Division (VOA/A) Director and Program Manager. (vi) Description of the BBG's Requirements. The BBG, subject to the availability of annual Congressional funding through the U.S. Agency for International Development (USAID), is seeking qualified U.S. citizens and alien candidates who are interested in providing personal services as a multifunctional writer/announcer/producer/content-reviewer under the BBG's "Personal Services Contracting Pilot Program" as authorized by Congress under Section 504 of Public Law 107-228 (Foreign Relations Authorization Act, FY-2003), dated September 30, 2002. Under this specific Pilot Program's combined synopsis/solicitation, the BBG intends to solicit, negotiate, and award up to sixteen (16) individual PSCs for the Zimbabwe Project. Offerors may be awarded individual PSC to perform work based on the VOA's specific needs for each individual PSC. The term (i.e., period of performance) of each PSC is: One (1) Base-Year from the date of a PSC award, subject to a full one-year (12 months) funding by Congress through the USAID; plus one (1) additional Option-Year -- subject to Congressional continuation of the ongoing PSC Program and the USAID's continued funding for the entire Option-Year. Special Terms and Conditions apply to J-1 Visa holders [See below Paragraph (xiii)(4)]. The following Statement of Work (SOW) prescribes a Personal Services Contractor's "typical" performance requirements. Specific tasks to be performed by a Contractor include, but are not limited to, the following items: A. Conceives, plans, researches, writes, reviews content, produces, and announces highly targeted original news, information features, and entertainment programs in a contemporary format, and of a complex and balanced nature for the Zimbabwe Project radio broadcasts and/or the Internet. B. Coordinates program subjects in consultation with the VOA/A Director and Program Manager. Conducts radio interviews in English, Shona or Ndebele languages with individuals involved in international, political, economic, scientific, cultural, health, agricultural, and other activities in the required delivery modes of radio and/or the Internet. Researches and evaluates a wide range of source materials in English, Shona or Ndebele languages. As assigned, produces newscasts, music segments, and other program materials using VOA's electronic digital editing system. C. Reports on special events taking place in Washington, DC, and travels on occasion to other locations in the United States and elsewhere as directed and as approved in writing by the VOA/A Director or Program Manager to gather broadcasting materials and prepare on-the-spot reports for broadcasting in English, Shona or Ndebele languages. D. Translates and adapts complex English texts into written Shona and Ndebele texts that are appropriate for international broadcasting. Originates promotional materials in English, Shona, and Ndebele languages. E. Hosts and assists in the planning and organization of, and otherwise participates in call-in shows, and responds as needed to listeners' mail and inquiries. F. Performs assigned work as a "VOA team member," sharing responsibilities in all aspects of broadcasting as stated above. Demonstrates initiative where appropriate, and assists colleagues to ensure fully professional, smooth, and timely airshows. Consistently maintains VOA's core journalistic standards of accuracy, balance, and comprehensiveness. G. Performs other tasks, occasionally on short notice and with minimal guidance, as assigned by the VOA/A Director and Program Manager. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: One (1) Base-Year from the date of a PSC award, subject to a full one-year (12 months) funding by Congress through the USAID; plus one (1) additional Option-Year -- subject to Congressional continuation of the ongoing PSC Program and the USAID's continued funding for the entire Option-Year. The work is performed in an office environment and/or in broadcast studios at the BBG's VOA Headquarters located at 330 Independence Avenue (SW), Washington, DC 20237. The BBG's acceptance of the Contractor's work is FOB Destination. (viii) The provision at FAR Subpart 52.212-1 (Instructions to Offerors -- Commercial Items) applies to this acquisition, with no addenda to the provision. (ix) The provision at FAR Subpart 52.212-2 (Evaluation -- Commercial Items) is hereby incorporated by reference into this combined synopsis/solicitation. The below-stated technical evaluation subfactors, when combined, are significantly more important than price in the BBG's technical evaluation of an Offeror's proposal. Past performance will also be considered [see FAR Subpart 15.304 (Evaluation Factors and Significant Subfactors)]. In order to help the U.S. Government in its evaluation of past performance, Offerors shall provide at least three (3) current references with valid working telephone numbers for similar work. In addition to meeting the requirements to be able to perform the SOW, Offerors shall meet the following MANDATORY criterion to be further considered for award of an individual PSC: (1) Fluency in the Shona or Ndebele/English language(s), with the ability to conduct research, write, speak, adapt, and edit in both English and in the Shona and/or Ndebele language(s). Offerors who meet the above-stated MANDATORY criterion will be further evaluated based on the technical subfactors listed below in descending order of importance: (2) Professional knowledge of writing, word-processing, and editing principles and practices using digital broadcast systems; skill in applying these principles and practices to materials used in international radio broadcasting and the Internet. (3) Broadcast writing/editorial skills that are necessary to prepare balanced, accurate, comprehensive reportage and feature materials of a complex and sensitive nature. (4) Thorough knowledge of the professional techniques of broadcast journalism required for reporting on events and conducting radio interviews in studios or on-location. (5) Broad knowledge of American history and culture, and awareness of ongoing political, economic, and social developments in the United States; understanding of world events, including U.S. foreign policy towards Southern Africa and the world. (6) Broad comprehension of South African history and culture, and awareness of the political, economic, and social developments in the South African region in general and the specific broadcast targeted areas in particular. (x) OFFERORS SHALL INCLUDE A COMPLETED COPY OF THE PROVISION AT FAR SUBPART 52.212-3 (OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS) WITH ITS OFFER. THIS PROVISION CAN BE FOUND AT THE FOLLOWING WEBSITE: http://www.arnet.gov/far/; IF REQUESTED BY AN OFFEROR, A COPY OF FAR SUBPART 52.212-3 CAN BE OBTAINED BY CONTACTING THE CONTRACTING OFFICER. (xi) FAR Clause 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this acquisition, with no addenda to the clause. (xii) FAR Clause 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this acquisition and incorporates the following clauses that are applicable to the acquisition: FAR Clause 52.203-6 [Restrictions on Subcontractor Sales to the Government, with Alternate I (10 U.S.C. 2402 and 41 U.S.C. 253g)]; FAR Clause 52.219-4 [Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if an Offeror elects to waive the preference, the Offeror shall so indicate in his/her proposal)]; FAR Clause 52.219-8 [Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3))]; FAR Clause 52.222-21 (Prohibition of Segregated Facilities); FAR Clause 52.222-26 [Equal Opportunity (E.O. 11246)]; FAR Clause 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)]; FAR Clause 52.222-36 [Affirmative Action for Workers with Disabilities (29 U.S.C. 793)]; FAR Clause 52.225-1 [Buy American Act - Supplies (41 U.S.C. 10a-10d)]; FAR Clause 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, Section 7102, and 10 U.S.C. 2323) (if an Offeror elects to waive the adjustment, the Offeror shall so indicate in his/her proposal)]; Alternate I of FAR Clause 52.219-23 (Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns); FAR Clause 52.232-33 [Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332)]; FAR Clause 52.239-1 [Privacy or Security Safeguards (5 U.S.C. 552a)]. (xiii) The following Provision is included in this solicitation: FAR Subpart 52.216-1 (Type of Contract). The U.S. Government contemplates multiple awards of firm-fixed-price (FFP) PSCs resulting from this combined synopsis/solicitation. (End of Provision). The following basic Terms and Conditions apply to any PSCs awarded as a result of this combined synopsis/solicitation: (1) PSC work assignments are performed on a contract basis; the Contractor is NOT a U.S. Government employee. (2) Assignments require working at the VOA studios and offices in Washington, DC, or elsewhere as directed and approved in writing by the VOA/A Director and Program Manager. (3) Selected candidates may be required to undergo a background security investigation and successfully pass the security clearance process in order to receive work assignments. (4) PSC candidates must be willing to work on an "as-required" basis. Some broadcasting activities require working irregular hours -- such as very early in the morning or late in the evening -- depending on the broadcast schedule, and also on weekends and U.S. holidays. (5) The U.S. Government is obligated to inspect all PSC work to insure that it fully satisfies the U.S. Government's requirements. The Contractor shall ensure compliance with copyright restrictions in his/her performance as a PSC. The following "Special Terms and Conditions" apply to any PSCs awarded as a result of this combined synopsis/solicitation: (1) The Contractor's FFP shall be based on a 2,080 hours work-year that results in an equivalent hourly rate payable to the Contractor. (2) The Contractor shall be paid only for direct labor and approved expenses. (3) The Contractor shall not be paid for relocation expenses, or benefits such as sick/vacation leave, health plans, retirement, etc., or premium pay during holidays, weekends, or shift-work. (4) The Contractor shall fully meet all applicable immigration status requirements for employment (i.e., appropriate Visa, permanent residency, citizenship, etc.) that are pertinent to the award and implementation of each PSC. If the Contractor is subject to J-1 Visa requirements, then the BBG will incorporate the required health insurance and round-trip travel provisions into the PSC document as appropriate for the Contractor. (5) The Contractor shall certify in writing in accepting a PSC, his/her willingness to work rotating (i.e., day, night, overnight) shifts, weekends, and/or U.S. holidays as necessary to meet the BBG's mission requirements. (6) The predominant work location is at the VOA's Headquarters in Washington, DC. However, the Contractor may be required, on occasion, to travel to other U.S. or foreign locations during the performance of his/her official duties. Official travel authorizations and travel expenses reimbursements are not part of a PSC, and any such official travel will be handled separately by the Contractor and the BBG in accordance with U.S. Foreign Travel Regulations (FTR) and BBG official travel policies and procedures that are applicable to the Contractor. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this acquisition. (xv) No Numbered Notes are applicable to this acquisition. (xvi) Interested candidates/applicants shall submit two (2) separate documents (proposals) to the BBG: 1) A Price Proposal that states the Offeror's proposed annual Total Price based on a 2,080 hours work-year that will be negotiated with the BBG; and 2) A Non-Price (Technical) Proposal that states the Offeror's resume/curriculum vitae and evidence of the Offeror's pertinent past performance that can be easily and quickly validated by the BBG. In addition, Offerors shall submit a completed copy of his/her Representations and Certifications [per FAR Subpart 52.212-3 prescribed in above Paragraph (x)]. Submissions are due by 2:00 p.m., Washington, DC local time by not later than May 13, 2005 at the following address: Broadcasting Board of Governors (BBG), IBB Office of Contracts (M/CON/CR), Room 2513, Switzer Building, 330 "C" Street (SW), Washington, DC 20237, Attention: Ms. Kristine Muschette-Hicks, Telephone: (202) 401-5827. In order to ensure timely receipt by the BBG, PSC proposals may be submitted to the M/CON/CR Contracting Officer in person, or by Federal Express or equivalent commercial courier service, or via E-mail at kmhicks@ibb.gov, or by facsimile at (202) 260-0855. All proposal submissions must meet the May 13, 2005 deadline. (xvii) Information regarding this combined synopsis/solicitation can be obtained by contacting the Contracting Officer, Ms. Kristine Muschette-Hicks, at (202) 401-5827, or via E-mail at kmhicks@ibb.gov. Any interested individual may submit his/her (Technical and Price) proposals to the M/CON/CR Contracting Officer in response to this combined synopsis/solicitation, and all such proposals received by the Contracting Officer by 2:00 p.m. local time on May 13, 2005 will be considered by the BBG. In Ms. Muschette-Hicks' absence, the M/CON/CR Branch Chief, Mr. Herman Shaw, can be contacted by telephone at (202) 205-8412.
 
Place of Performance
Address: Broadcasting Board of Governors, International Broadcasting Bureau, 330 Independence Ave., SW, Washington, DC,
Zip Code: 20237
 
Record
SN00797973-W 20050501/050429211513 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.