SOLICITATION NOTICE
D -- Foreign language video programming,broadcasting,and online video streaming for foreign language training. This is a Firm Fixed Price contract.
- Notice Date
- 9/9/2005
- Notice Type
- Solicitation Notice
- NAICS
- 515120
— Television Broadcasting
- Contracting Office
- ACA, NRCC, Mission, Building 2796, Fort Eustis, VA 23604
- ZIP Code
- 23604
- Solicitation Number
- W912SU-05-R-0006
- Response Due
- 9/21/2005
- Archive Date
- 11/20/2005
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Performance Work Statement Foreign Language Video Programming for Foreign Language Training Defense Language Institute Foreign Language Center Monterey CA 93944 C.1. Background. The Defense Language Institute Foreign Language Center (DLIFLC) and other Department of Defense agencies have a critical need for authentic foreign language video and web-deliverable programming for use in curriculum development, as an e veryday teaching resource, and for independent learning. This programming must come from foreign countries that are not available via regular U.S. commercial programming and must be copyright free. The four military services have all requested language c ourses for their personnel in direct support of current and future operations. These languages have not been taught in any U.S. institution to the degree of proficiency the military requires; authentic video programming will provide the needed materials f or curriculum development and instruction. C.2. The offeror will provide program content from 27 September 2005 through 26 September 2006 as stipulated below: C.2.1. News or feature programming in Arabic from various Middle Eastern and North African sources, Armenian, Bosnian Croatian, Bulgarian, Burmese, Chinese, Croatian, Czech, Dari, French, Georgian, German, Greek, Hebrew, Hindi, Hungarian, Italian, Japanes e, Kazakh, Kyrgyz, Korean, Kurdish, Macedonian, Moldovan, Pashto, Persian Farsi, Polish, Portuguese, Romanian, Russian, Serbian, Slovak, Slovenian, Spanish from various Latin American sources, Swedish, Tajik, Thai, Ukrainian, Urdu, Uzbek, and Vietnamese. C.2.2. One twenty- to thirty-minute broadcast in each language, each day, seven days per week. Each program segment will originate in the country or geographical region in which the language is a primary language, e.g., Russian from Russia, Hebrew from Is rael, Chinese from China. C.2.3. The offeror will have the ability to secure other languages as required within 180 days of the request. Such languages might include Amharic, Bengali, Punjabi, or Somali. C.2.4. The offeror will make available in an online accessible format, for up to 20 languages, stored audio files of broadcast news segments, with transcripts of the segments in the target language, translations of the transcripts into English, and a glos sary of key terms for each segment. C.2.5. Monthly schedules and programming information will be made available on the Internet. C.3. All program content delivered to the Department of Defense by the offeror will be copyright-free for educational use. All necessary permissions will be secured, in writing, from the originators of the programming. This will include the right of the DoD agencies to view, record, store, adapt and distribute within DoD. DoD users may also produce learning modules or devices based on the delivered programming and containing excerpts or segments of the programming for general DoD educational, non-commer cial use. C.4. The offeror will have the capability to make available over the Internet through video streaming, 24 hours each day, seven days each week, one of the broadcast channels. Users will be able to watch live streams or download complete video files in 20 - to 30-minute increments. The offeror will have bandwidth burstable to 45 Mbs to handle multiple user demands, with redundancy of connectivity and power sufficient to maintain service with outages of no more than 30 minutes per day. C.5. The offeror will transmit satellite broadcasting in MPEG-1 format, through a geo-stationary satellite positioned to enable reception from all 50 states. Video prog ramming will be accompanied by an additional audio circuit that delivers audio programming to complement the video. SERVICE & MANPOWER REPORTING REPORTING OF CONTRACTOR SERVICES AND MANPOWER Accounting for Contractor Services: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The information to be reported is as follows: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardization nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each gover nment fiscal year and must be reported by 31 October of each calendar year. If contract performance is completed before 30 September, the data can be entered upon contract completion rather than waiting for the end of the fiscal year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each requ ired data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site.* *For in-theater contracts, requiring activities have the option of requiring more frequent reporting. Uses and Safeguarding of Information. Information from the secure web site is considered to be proprietary in nature when the contract number and contractor identity are associated with the direct labor hours and direct labor dollars. At no time will an y data be released to the public with the contractor name and contract number associated with the data. Subcontract Data. The contractor shall ensure that all reportable subcontract data is timely reported to this data collection web site (citing this contract/order number). At the discretion of the prime contractor, this reporting may be done directly b y subcontractors to the data collection site; or by the prime contractor after consolidating and rationalizing all significant data from the subcontractors. Reporting Flexibility. Contractors are encouraged to communicate with the Help Desk identified at the data collection web site to resolve reporting difficulties. Changes to facilitate reporting may be authorized by the contracting officer or the Help Desk (under HQDA policy direction and oversight). ________________________________________________________________________________ ITEM NO 0001 BASE (POP 27 Sept 2005 26 Sept 2006) Foreign Language Broadcast Item NO 0001AA News or feature programming One (1) twenty to thirty minute broadcast in each language, each day, seven days per week. See PWS for list and details of the 43 Languages. QUANTITY 1 Each AMOUNT_________________________ Item NO 0001AB Transcription/Translation 20 Languages in an online accessible format, with transcripts of the segments in the target language, translations of the transcripts into English. See PWS for detailed information. QUANTITY 1 Each AMOUNT _________________________ ITEM NO 0001AC Video Streaming 24 hours 7 days a week video streaming. See PWS for details QUANTITY 1 Each AMOUNT _________________________ Item NO 0001AD Service & Manpower Reporting Contractor Service and Manpower Reporting. See attachment for a detailed description and insturctionf for this action CLIN QUANTITY 1 Each AMOUNT: Not separately priced. ITEM NO 0002 OPTION Foreign Language Broadcast Option Year 1 POP (27 Sept 2006-26 Sept 2007) Item NO 0002AA OPTION News or feature programming One (1) twenty to thirty minute broadcast in each language, each day, seven days per week. See PWS for list and details of the 43 Languages. QUANTITY 1 Each AMOUNT _________________________ ITEM NO 0002AB OPTION Transcription/Translation 20 Languages in an online accessible format, with transcripts of the segments in the target language, translations of the transcripts into English. See PWS for detailed information. QUANTITY 1 Each AMOUNT _________________________ ITEM NO 0002AC OPTION Video Streaming 24 hours 7 days a week video streaming. See PWS for details QUANTITY 1 Each AMOUNT _________________________ ITEM NO 0002AD OPTION Service & Manpower Reporting Contractor Service and Manpower Reporting. See attachment for a detailed description and insturctionf for this action CLIN QUANTITY 1 Each AMOUNT Not separately priced. DELIVERY INFORMATION DEFENSE LANGUAGE INSTITUTE MR. NEIL, GRANOIEN FOREIGN LANGUAGE CENTER 1759 LEWIS ROAD PRESIDIO OF MONTEREY CA 93944 831-242-5388 CLAUSES INCORPORATED BY REFERENCE 52.212-1 Instructions to Offerors--Commercial Items JAN 2005 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2003 CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical: All ratings are Go/No Go The degree to which the offeror identifies and adequately addresses the requirements inherent to the PWS. The degree to which the Project Plan is clear, concise, meets the requirements of the PWS and ahs a high probability of successful completion. The o fferor must demonstrate the capability to meet the tasking in accordance with the PWS. The following items will be evaluated for Technical as Go/No Go a. All programming content originates in the country in which the predominant population that speaks the language resides. The foreign language programming does not originate in the United States. This criterion ensures the dialectic and cultural accurac y of the language that is essential for the training of U.S. Government linguists. b. All programming content is delivered copyright-free for Department of Defense educational use. Fair use copyright permission unacceptable. Permission must be documented in writing. This criterion has the potential of saving the U.S. Government millio ns of dollars in licensing fees. c. One channel of programming will be made available over the Internet through video streaming. This criterion ensures that DoD users in remote locations without satellite connections can receive broadcasting. d. Satellite transmissions are receivable in all 50 states. DoD elements in Alaska and Hawaii must have access. 2. Past Performance: Go/ No Go a. The offeror shall provide documentation regarding experience as it directly relates to the work being procured under this RFP. To illustrate the offers past experience, the documentation shall be submitted as part of the RFP under a separate TAB. The offeror shall provide a listing of all relevant contracts held by the firm, as a prime or major subcontractor, for a minimum of the previous 6 months or maximum of one year. The submittal shall include rational of how it was determined that the work per formed previously was the same or similar to the work specified by this FRP. Non-government contracts may be used if government contracts are not available. The information shall be submitted in the following format: 1). Contract Number, award date, and contract type. 2). POC Name and current phone number for references. 3). Price/Cost- original awarded price, final price and an explanation for significant cost increases. 4). Period of performance 5). Identify in specific detail for each contract listed, why or how you consider that effort relevant or similar to the effort required by this RFP. 3. Price: The price proposal will be reviewed to determine such matters as reasonableness, completeness and understanding of the magnitude of the requirement. The price proposal must adequately explain any indirect expenses, direct labor costs, subcontract costs, a nd material. Technical is more important than past performance, each is more important than price. BASIS OF AWARD: As a result of this solicitation, the government anticipates a single award contract. Award will be made to the offeror whose proposal offers the best value to the Government. This means that the Government is willing to accept other tha n the lowest price, minimally acceptable offer if the added benefits of a higher prices acceptable offer justifies the additional cost-technical tradeoff. When combined, all evaluation factors are more important than price in determining best value. Pri ce will only be used as a determining factor if technical and past performance are eqaul. (b) Options. Option prices will be included for evaluation purposes only and will not obligate the Government to exercise the options. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the of fer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAR 2005) An offeror shall complete only paragraph (j) of this provision if the offeror has com pleted the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) th rough (i) of this provision. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2005) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of comme rcial items: (Contracting Officer check as appropriate.) _X__ (31) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). _X__ (1) 52.222-41, Service Contract Act of 1965, as Amended (JUL 2005) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the c lause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final terminat ion settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000 ,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (April 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, a nd Other Eligible Veterans (December 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (April 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (For a word or PDF format copy of this combined synopsis/solicitation please email me at ken.helms@eustis.army.mil)
- Place of Performance
- Address: ACA, NRCC, Mission Building 2796, Fort Eustis VA
- Zip Code: 23604
- Country: US
- Zip Code: 23604
- Record
- SN00891534-W 20050911/050909212447 (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 |