SOLICITATION NOTICE
D -- API PLANNING & BUSINESS DEVELOPMENT
- Notice Date
- 7/16/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 512240
— Sound Recording Studios
- Contracting Office
- Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
- ZIP Code
- 20237
- Solicitation Number
- BBG50-R-12-0083DS
- Archive Date
- 8/21/2012
- Point of Contact
- Diane Sturgis, Phone: 202-382-7849
- E-Mail Address
-
dsturgis@bbg.gov
(dsturgis@bbg.gov)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Broadcasting Board of Governors, (BBG), International Broadcasting Bureau (IBB), pursuant to Federal Acquisition Regulation (FAR) Subpart 12.6 intends to issue a Combined Synopsis/Solicitation for commercial items in accordance with format of Subpart 12.6 as supplemented with additional information in this notice. This announcement constitutes the only solicitation and proposals are being requested in accordance with below Statement of Objectives. The North American Industry Classification System (NAICS) Code is 541511. This Solicitation Number BBG50-R-12-00083DS is issued as a request for proposal (RFP) that will result in a single award of a Firm Fixed Price Indefinite/Indefinite Quantity (IDIQ) using FAR Part 15 (Contract by Negotiation) procedures to provide for API Planning and Business Development. BBG is seeking a comprehensive API Planning and Development program. The government reserves the right to make an award on the initial proposal without discussions of this procurement. Section A - Background The Broadcasting Board of Governors (BBG) Office of Digital and Design Innovation (ODDI) is embarking on a program to build new partnerships, develop cutting edge technology and integrate efficient and effective new work flows to drive innovation at US International Media (USIM) and its entities, Voice of America (VOA), Middle East Broadcasting Network (MBN) Office of Cuban Broadcasting (OCB), Radio Free Asia (RFA) and Radio Free Europe / Radio Liberty (RFE/RL). This Statement of Work (SOW) defines tasks that will enable ODDI to meet the goals of this program through the development of Application Programming Interfaces (API) that maximize the effectiveness of USIM Entity-level developers, designers, product and editorial teams while incentivizing third parties to adopt the API and become more highly valued partners. Each task in the SOW is independent but together; they represent a comprehensive approach to developing the USIM API Program. The Firm-Fixed-Price for each Task Order will be negotiated and agreed to prior to the commencement of work. 1.0Objective The Contractor shall provide consultative, strategic, design, development and support services that enable The Office of Digital & Design Innovation and USIM to develop a comprehensive API Program. 2.0Task Areas ODDI's requirements fall into one or more of the tasking areas described below. The contractor will provide status reporting on each Task Order with details described in each Task Order's Statement of Work. Section B - Schedule of Supplies and Services ITEMDESCRIPTION QTYUNITUNIT PRICEAMT 001TASK AREA 1: API WORKSHOP 1 LT IN ACCORDANCE SOW 002TASK AREA 2: API DESIGN AND ARCHITECTURE 1 LT IN ACCORDANCE WITH SOW 003TASK AREA 3: API BUILD AND LAUNCH 1 LT IN ACCORDANCE WITH SOW 004TASK AREA 4: API MANAGEMENT SOFTWARE 1 LT IN ACCORDANCE WITH SOW 0005TASK AREA 5: API SUPPORT AND SERVICES AND SOFTWARE 12 MO SECTION C - DESCRIPTION/SPECIFICATIONS Statement of Work: US International Media API Program C.1 Task Area 1: API Workshop for USIM Stakeholders The Contractor shall provide a highly skilled and experienced team to lead USIM in customized, multi-part discussions and workshops that bring key stakeholders together to develop a shared strategy for the API Program. Deliverables for this Task Area shall include but are not limited to API Product Roadmaps, Technology Requirements and an Operational Plan for implementing, managing, measuring and analyzing the USIM API Program. The Contractor shall collaborate with USIM divisions that include but are not limited to Technical, Editorial, Product, Business, Analytic, Product, Marketing and Legal. C.2 Task Area 2: API Design and Architecture The Contractor shall provide a highly skilled and experienced team to work with USIM technology, product and business divisions to design and architect Application Programming Interfaces that meet USIM's requirements for performance, scalability and security. The Deliverables for this Task Area shall include but are not limited to, systems diagrams, data transmission work-flows, systems architectural designs, technical infrastructure designs, authentication processes documentation, processes for monitoring and measuring API usage and all supporting technical and operational documentation developed during the period of performance. C.3 Task Area 3: API Build and Launch The Contractor shall provide a highly skilled, experienced team, software tools and hosted services for the development, launch, operation and management of USIM API Products. Deliverables for this Task Area shall include but are not limited to, •API Product matrix •API technology architecture •API requirements for USIM data-sources and systems •API requirements for USIM infrastructure for managing and supporting API Products •Includes: application hosting, load-balancing, caching, control, security measures, logging, monitoring and rate limiting / traffic management. •API resources and services matrix based on HTTP / RESTful designs •API mappings to USIM data-sources and systems •API mappings to USIM infrastructure for managing and supporting API Products •API Analytics and KPI requirements •Design and Development of a USIM API Developer Community Portal C.4 Task Area 4: API Management Software The Contractor shall provide hosted and managed software for deploying, operating, managing and measuring USIM API Products. Deliverables for this Task Area shall include but are not limited to, •API Management Web-based Browser-Interface •API Rate-Limiting Configuration Software •API Authentication and Access Level Management Software •API Delivery Protocol Translation Services •API Delivery Acceleration Services •API Monitoring and Logging Services •API Analytics Reports •API Versioning Software Services C.5 Task Area 5: API Support Services and Software The Contractor shall provide 24/7/365 phone, email and online technical and professional support services for all Deliverables provided in Task Area 5. The Contractor shall provide support staff well trained and experienced in supporting all Deliverables provide in Task Area 5. The Contractor shall also provide as a Deliverable for this Task Area, software services that include but are not limited to, automated and/or schedule responses for planned maintenance periods, rate overages, authentication errors, time-outs and other response codes related to the management and performance of the API Products provided in Task Area 5. Service Level Agreements (SLAs) regarding technical support shall cover issue escalation procedures and problem resolution time expectations based on urgency levels provided by the USIM API Product Team. a.)An account manager shall be assigned the USIM API Product Team to track issues and resolution ensuring SLA adherence. b.)A project manager shall be assigned for all initial software and service implementations and integrations. c.)The vendor account manager shall be responsible for holding regularly occurring status meetings with USIM API Product Team Members. d.)Vendor road map meetings shall be held quarterly with the account manager, supporting management and staff and the USIM API Product Team. All new feature and services changes shall be communicated to USIM API Product Team prior to all new software releases. SECTION E - INSPECTION AND ACCEPTANCE Government Furnished Property and Services The Government shall not provide any property or tangible items to the Contractor. Contractor Officer Representative (COR) shall provide the Contractor with access to relevant information and materials required to complete the requested deliverables. After completion of all assigned deliverables and acceptance of the deliverables, the Contractor shall return to the Government any information and/or materials provided. SECTION F - DELIVERABLE a)Deliverable products and services shall meet the standards, terms and conditions set forth in the Statement of Work and in individual Task Area specifications. b)Deliverables shall include all components of the requested service and full access to the artifacts developed in the delivery of the Task Areas. c)In the event of rejection of any Deliverable, the contractor will be notified in writing WITH IN (5) DAYS of the specific reasons the Deliverable is being rejected. The contractor shall have an opportunity to correct WITHIN (3) DAYS the rejected Deliverable at the discretion of the ODDI Technical Services Manager, or designee, depending on the timeliness and/or urgency. The Contractor's accepted Deliverable schedule shall apply for all Deliverables unless changed by the contracting officer. Section H - Special Provisions Cost/Price Schedule •Firm fixed-cost for a period of performance of one year from the award date. •Total budget available: $300,000.00 •Payments should be made on a monthly basis, 30 days from receipt of the monthly invoice. •No incentive payments Section L - Instructions to Offerers Offerers should organize their responses in the following manner: •Introduction and Overview of Services •Technical Approach •Technical Capabilities •Experience •Past Performance •Approach to Training and Support •Approach to Level of Service and Support during Period of Performance •Key Personnel •Budget & Budget Narrative - This information must be submitted on a separate document Section M - Qualifications and Evaluation Criteria The Offerer must meet the following qualifications: •Technical Capabilities: Offerer shall provide examples that demonstrate the required level of technical expertise to meet or exceed the requirements listed in the Task Areas. •Soundness of Technical Approach: Contractor shall demonstrate in writing or through examples the ability to provide the required level of expertise for individual Task Areas. Examples may include written responses, diagrams and designs of required systems. •Experience / Past Performance: The Offerer's experience/past performance with other enterprise-level media organizations shall be assessed to determine the Offerer's ability to perform the requirements of the SOW. Offerers shall submit examples of no fewer than two (2) of their most recent or ongoing contracts relating to the work specified in the SOW. Experience can be government or commercial. •Price will be considered as part of the evaluation criteria. All Technical Requirements combined together is more important than price. CLAUSES: (a)Offerors shall submit a completed copy of the provision at FAR Subpart 52.212-3 [Offeror representations and certifications -- commercial items] with their proposal. 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. (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: FAR Clause 52.203-6 [Restrictions on Subcontractor Sales to the Government]; FAR Clause 52.219-6 [Notice of Total Small Business Set-Aside]; FAR Clause 52.222-3 [Convict Labor]; FAR Clause 52.222-19 [Child Labor - Cooperation with Authorities and Remedies]; FAR Clause 52.222-21 [Prohibition of Segregated Facilities]; FAR Clause 52.222-26 [Equal Opportunity]; FAR Clause 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; FAR Clause 52.222-36 [Affirmative Action for Workers with Disabilities]; FAR Clause 52.222-36 [Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; FAR Clause 52.225-1 [Buy American Act - Supplies]; FAR Clause 52.225-13 [Restrictions on Certain Foreign Purchases]; FAR Clause 52.232-33 [Payment by Electronic Funds Transfer -- Central Contractor Registration ; 52.213-2 Invoices; 52.216-18; Questions must be submitted in writing to the Contract Specialist at the email address provided at the end of this notice. Please note that the deadline for submission of questions by 12:00 p.m., Eastern Time on 23 July 2012. Questions must be submitted in writing by email to: dsturgis@bbg.gov. Submission of proposal must be received by Closing Date of 06 August 2012 by 2:00 pm Eastern Time, Proposals shall be submitted as an original and two copies must be sent via courier or postal service prior to the deadline (20 Page limit for Technical Proposal). (No electronic submissions will be accepted). Proposals should be addressed to ATTN: Diane Sturgis, Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C St SW, Washington, DC 20237 PRICE PROPOSAL AND TECHNICAL PROPOSAL MUST BE SUBMITTED ON SEPARATE DOCUMENTS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-12-0083DS/listing.html)
- Place of Performance
- Address: Washingon, Missouri, United States
- Record
- SN02804790-W 20120718/120717000104-cf65a8a49e5f1b7e127ec209e82a5f89 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |