Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2012 FBO #4025
SOLICITATION NOTICE

R -- Persian Language Entertainment Show

Notice Date
11/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512110 — Motion Picture and Video Production
 
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-12-1116
 
Archive Date
1/1/2013
 
Point of Contact
Myria ED Carpenter, Phone: 202-205-8597, Herman P Shaw, Fax: 202-382-7870
 
E-Mail Address
mecarpen@ibb.gov, hshaw@bbg.gov
(mecarpen@ibb.gov, hshaw@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: (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) Solicitation No. BBG50-R-13-1116 is issued as a Request For Proposal (RFP) and a firm-fixed-price contract will be awarded, subject to the availability of Fiscal Year 2013 funding, using the contracting by negotiation procedures used in FAR Part 15. (iii) This is a combined synopsis/solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61 dated October 15, 2012. (iv) This is a total small business set aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 512110. The small business size standard is $29.5M. (v) The Offeror shall provide the following items - CLIN No. 1 Base Period: The Contractor shall provide a youth oriented thirty (30) minute TV entertainment program in Farsi CLIN No. 2 Option Year 1: The Contractor shall provide a youth oriented thirty (30) minute TV entertainment program in Farsi CLIN No. 3 Option Year 2: The Contractor shall provide a youth oriented thirty (30) minute TV entertainment program in Farsi CLIN No. 4 Option Year 3: The Contractor shall provide a youth oriented thirty (30) minute TV entertainment program in Farsi CLIN No. 5 Option Year 4: The Contractor shall provide a youth oriented thirty (30) minute TV entertainment program in Farsi (vi) The Broadcasting Board of Governors, International Broadcasting Bureau (BBG/IBB), Office of Contracts (CON) and the Voice of America (VOA), (designated Agency herein), located in Washington, D.C. anticipate a need (subject to availability of funding) for a Contractor to provide original programming for Voice of America broadcasts. The programming must include thirty (30) minutes of youth (18-35 years old audience) oriented stories in Farsi in accordance with the following: A. OVERVIEW: This program shall appeal to the Farsi speaking, youth-oriented audience demographic. This show should be aesthetically and musically entertaining and be able to attract and retain the target audience. B. CONTRACTOR PERFORMANCE REQUIREMENTS: The Contractor shall be responsible for all labor and other miscellaneous costs required to write, produce, and edit a total of twenty six (26) Farsi language entertainment television shows specifically targeting the 18-35 year old demographic audience. Each program shall be shot and delivered in high definition 16 x 9 video format. The Contractor shall adhere to the highest standards of professional broadcast journalism in all aspects of the show's creation and production, including double sourcing of all information, and must follow the guidelines in the VOA Journalistic Code (attached) and the VOA Best Practices Guide, which will be provided after award. The Contractor shall provide a show that includes at least one to two Farsi language-qualified on-air talent as the hosts of the show, camera operators, lighting crews, audio engineers, and a team of professional and experienced writers, producers, and editors. The Contractor shall provide thirty (30) days' notice to the Agency before replacing or making a change to the on-air talent. The Contractor's personnel must speak both Farsi and English fluently. The Contractor shall have exclusive and behind the scenes access to high profile events, parties, concerts, celebrities, fashion houses, charities, musicians, entertainers, artists, actors, politicians, and people of interest from both the United States and the Middle East. The Contractor shall have the ability to shoot on location in D.C., L.A., New York, Miami, and other U.S. and international cities, depending on events. Each episode shall include music, fashion, comedy, art, entertainment, interviews, backstage access that will make it appealing to the target audience. Episodes shall contain interviews with leading Iranian, Iranian American and American entertainment, fashion, and technology personalities. The Contractor shall use its own resources (i.e. acquired programming from various sources and other rights holders, etc.) and equipment for all aspects of content production, including but not limited to video editing and television studio equipment. The shows must be produced without any political slant or influence and without any advertising and must not contain any lewd or lascivious content that may be offensive to the target audience. The shows should feature live events, film reviews, celebrity interviews, etc. The delivered product must be 95 percent error free and have a total run time that is within twenty (20) seconds of the required twenty nine (29) minute runtime. Pursuant to FAR 52.227-17, Agency shall own the copyright of any data produced in the performance of this contract. Contractor shall not register a trademark for any marks, names, or logos, or slogans associated with the show, and must agree to fully cooperate with Agency efforts to seek trademark registration, if any. C. DEADLINES: All work provided under this contract shall be completed and delivered by the timeframe outlined here or as agreed upon by the Agency and the Contractor. Each completed episode must be delivered with a rundown on the day before the episode's initial scheduled airing for Agency review and comment. The Agency will review the show within one day of delivery and provide feedback to the Contractor. The Contractor will revise the episode, as needed, and must incorporate Agency's recommended changes. The first episode must be delivered within twenty (20) days of contract award. The Government and Contractor will finalize the first episode within ten (10) days. Four (4) episodes shall be completed every 30 days after the first episode is accepted by the Government. All episodes must be delivered not less than twenty four (24) hours before the initial scheduled airing. All twenty six (26) episodes shall be completed and delivered to Agency by June 30, 2013. D. SPECIAL EXPERTISE NEEDED: The Contractor is responsible for undertaking all tasks to complete the episode such as acquiring equipment, subcontracting, etc. in order to deliver a finished product. The quantity and the quality of the shows shall be reviewed by the COR to ensure that the Contractor is meeting the requirements of Agency. E. Submission of Invoices: The Contractor must submit a detailed invoice to the Contracting Officer Representative (COR) for programs completed and accepted by the Government. All payments shall be made 30 days after receipt and acceptance of a proper invoice, in accordance with the Prompt Payment Act. The Agency intends to change its current invoicing procedures to an optical reader system. The contractor may be required in the future to use a standard invoice template. Any costs associated with complying with the invoice change will be at the Contractor's expense. (vii) The period of performance is for a base period of twelve months from the date of award with four (4) one (1) year options subject to the needs of Agency and the availability of funding for the above purpose. (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. The Offeror shall demonstrate the ability and experience in providing the required services. Interested Offerors shall submit with their proposal a narrative about how they will provide the services, in addition to listing similar projects with the same or like requirement, with budgetary estimates, and the names, addresses, telephone numbers, and email addresses of references that have direct knowledge of the Offeror's skills and experience. Offerors responding to this solicitation shall submit the following items to the contracting officer: [1] Narrative and detailed information on the requirement. [2] Detailed information on past performance, including recent (within last 3 years from date of this notice) and relevant contracts for similar services and other references including contract numbers, points of contact with telephone numbers, email addresses and other relevant information. [3] Sample materials (either a Pilot or previously completed materials in either a flash drive or DVD format) that demonstrate the Contractor's ability to deliver the work specified under this Solicitation [4] Prices for all of the listed CLINs which shall be noted in English language and United States dollars. (ix) The Government will award a Commercial Item, Firm-Fixed-Price, contract resulting from this Solicitation to the responsible Offeror whose offer conforming to the RFP will be most advantageous and provide the best value to the Government, based on price, technical, past performance, and other factors in the solicitation. When combined, technical evaluation factors are significantly more important than cost and price. The following evaluation factors are listed in order of importance shall be addressed in the technical proposal. These factors shall be used to evaluate technical proposals: 1). Technical Approach - The Offeror must demonstrate its ability/capability to produce broadcasting quality programming of the kind required herein. The Offeror shall submit a pilot episode, of no less than five (5) minutes and no more than thirty (30) minutes in length to be evaluated for broadcasting and editorial quality; 2). Management Approach - The Offeror shall describe how it will comply with the technical requirements and meet the schedule; 3) Experience - The Offeror shall provide evidence of its demonstrated experience producing programs in Farsi and how this experience will help satisfy BBG's requirement; 4) Past Performance - The Offeror is required to provide three (3) references from previous customers for same or similar services to the requirement within the last three (3) years of the date of this Solicitation. Offerors shall provide the names of three (3) clients and the following information: (i) client's business name and address, as well as the name, email and telephone number of a contact person at the client's business; (ii) dollar amount of the contract; (iii) term of the contract; 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 will not be evaluated favorably or unfavorably on past performance; and 5) a separate Price Proposal showing a breakdown of how the price was developed for the above Contract Line Item Numbers (CLINs) in English language and US dollar amounts. The Offeror shall note that the CLINs shall be firm-fixed price for each program. The Offeror's proposed prices shall include all required costs. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Proposals must also include contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. The contractor must be registered on-line with the System for Award Management (SAM) formerly the CCR Web site at: https://www.sam.gov/portal/public/SAM/. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice. (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 an Contracting Officer Representative of the (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(s) NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (End of clause) NOTICE OF DELAY In the event the Contractor becomes aware of a potential delay, the Contractor shall immediately notify the Contracting Officer and COR via email. Such email shall include the nature of the delay and whether it will have any impact (positive or negative) on the Contract. (End of clause) (xii) FAR Clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Item applies to this acquisition and incorporates the following clauses: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.203-13 Contractor Code of Business Ethics and Conduct; 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-6 Liquidated Damages - Subcontracting Plan; 52.219-28 Post Award Small Business 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; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.223-18 Encouraging Contractor Policies to Ban Text messaging while Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer. (xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-9 Option to Extend the Term of the Contract; 52.227-17 - Rights in Data - Special Works; 52.232-18 Availability of Funds; and 52.237-3 Continuity of Services. There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. (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 CLIN 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, email or faxed proposals will not be accepted. Questions must be submitted in writing to Ms. Myria Carpenter via e-mail at mecarpen@bbg.gov. Written questions must be received by 12:00 p.m., Daylight Savings Time on December 7, 2012. Technical proposals shall be submitted with an original and three (3) copies. Price proposals shall be submitted with an original and one (1) copy. Proposals may be sent via courier or overnight delivery before the closing deadline below. Proposals are due to be submitted to Herman Shaw, Contract Officer, Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007, Washington, DC 20237 before 12:00 noon on December 17, 2012. All responsible sources may submit an offer which will be considered by the BBG.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-12-1116/listing.html)
 
Place of Performance
Address: District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN02939489-W 20121201/121129234818-2a50c9d84f6115e027e82bc319279fe7 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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