SOLICITATION NOTICE
X -- OCB-Miami-Radio Marti
- Notice Date
- 7/17/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
- ZIP Code
- 20237
- Solicitation Number
- BBG50-R-15-0716201OCB
- Point of Contact
- ADRIENNE R. WASHINGTON, Phone: 202-382-7867, Herman Shaw, Phone: 202-382-7856
- E-Mail Address
-
awashington@bbg.gov, hshaw@bbg.gov
(awashington@bbg.gov, hshaw@bbg.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. BBG50-R-15-0716201OCB is issued as a Request for Proposal (RFP) and a contract will be awarded using FAR Part 12 Commercial Item. (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Current to Federal Acquisition Circular 2005-83, Effective 02 Jul 2015 (iv) This is a total small-business set aside procurement. The North American Industry Classification Systems (NAICS) code for this acquisition is 517410 and the small business size standard is $15.0M (v). The contractor shall provide the Contract Line Items as shown in the uploaded Item Description Pricing. (vi.) The Broadcasting Board of Governors, International Broadcasting Bureau (BBG/IBB), Office of Contracts (CON) located in Washington, D.C. anticipates a need (subject to availability of funding) to lease broadcast time from a Spanish Language Radio Broadcaster in the Miami, Florida market area with times available within its broadcasting schedule. The objective in leasing these broadcast services is to leverage the night-time signal propagation characteristics of medium wave (AM) broadcast signals to reach the Agency's Cuban audience. The time required by the Office of Cuba Broadcasting (OCB), also located in Miami, Florida, for having its Radio Marti programming to be rebroadcast from a local AM station is a two hour block between the hours of 10:00 p.m. to 12:00 a.m. Seven days per week. The Contractor may broadcast its own station announcements before or after OCB programs, but not during OCB programs. Station announcements shall be limited to commercials and features of local interest and must be clearly distinguished from the OCB and the United States Government and shall be done with the highest degree of integrity and business ethics. Also, there shall be no political advertising immediately before or after the OCB provided programming. Station announcements before or after OCB programming shall adhere to all FCC standards and contain no lewd or lascivious content. (vii) The period of performance of the initial base period will begin on or about August 8, 2015 and extend through February 7, 2016, with four(4) optional periods thereafter, subject to availability of funds. Price proposals should be submitted for the base period. The contract award made under this notice will be based on lowest price technically acceptable proposals. Funding beyond February 7, 2016 will be subject to availability of funds. The Contractor shall submit a monthly invoice electronically to OCB, for services provided the preceding month. (vi ii) 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://farsite.hill.af.mil. 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. Interested contractors must provide in their proposal a narrative about how they will address security requirements in addition to listing similar projects with the same or like requirement, budgetary estimates, and the names, addresses, telephone numbers, and email addresses of references that have direct knowledge of the contractor's skills and experience. Contractor qualifications shall include but not be limited to: a) an FCC-approved AM broadcast signal that is proven reach to the southeastern portion of Cuba. b) Sufficient personnel and equipment to air OCB's programming is available to comply with all contract requirements. Offerors responding to this solicitation shall submit the following items to the contracting officer: [1 ] Narrative and detailed information on a proposed commitment in meeting the specific timeframe hours/days and the performance measures that the offeror will take to meet all contract requirements; The Contractor shall provide detailed information on the best method to have the programming fed to their station. Any/All ancillary equipment or devices associated with this connectivity shall be the responsibility of the Contractor. The Contractor shall provide day-to-day operational contact information as well as escalation contact information in the event there is an extensive problem that requires higher level managerial attention. [2] Detailed information on past performance, including recent (within last 3 years from date of this notice) and relevant contracts for same or similar services and other client references with contract numbers, points of contact with telephone numbers, email addresses and other relevant information; and [3] Prices for all noted lease times shall be broken down by price per hour. (ix) The Government will award a Commercial Item, Firm-Fixed-Price, contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous 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/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals: 1) Capabilities Statement - The Offeror shall provide a description of their organization and its demonstrated capabilities in performing the service requirement and schedule. 2) Management Approach -The Offeror shall provide a description of the approach that they will take to meet the requirement; 3) Contractor Qualifications - The Offeror shall provide their understanding of the requirements and ability of the Offeror to provide the required services meeting the technical requirements to include information on the station 's nighttime signal propagation pattern ; 4) 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 within the last five (5) years of the date of this Solicitation. Offerors shall provide the names of three (3) clients and the following information: (i) client's name, address, and the name, email and telephone number of contact person; (ii) dollar amount of the contract; (iii) current term of the contract; and (iv) brief description of the work performed. The Offeror shall use the form uploaded to the FedBizOpps with this combined synopsis/solicitation entitled "Addendum B - Past Performance References" to provide the information. Pursuant to FA R l 5.305(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 the price for the above contract line number(CLIN) (Price) Prices for all of the listed CLIN shall be noted in English and United States dollars on form uploaded to the Federal Business Opportunities ( FedBizOpps) with this Combined Synopsis/Solicitation entitled "Addendum A - Price Schedule." Offerors are cautioned that failure to address each of the above factors may deem their proposal unacceptable. (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 Systems for Award Management Web site at: https://www.sam.gov. 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 Cond itions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows: AUTHORIZED REPRESENTATIVE OF THE CONTRACTING OFFICER The Contracting Officer will appoint by letter a Authorized Contracting Officer's 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 i n 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 MAK E 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 A LL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UN AUTHORIZED CHANGES. (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. 1 1246); 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; 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-1 3 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (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: 52.232-18 Availability of Funds and 52.237-3 Continuity of Services ; (xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. (xv) Notice of Delay- In the event the Contractor becomes aware of a potential delay; the Contractor shall immediately notify the (COR)by via email. Such email shall include the nature of the delay and whether it will have any impact (positive or negative) on the Contract. (xvi) There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. (xvii) Fai lure 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://farsite.hill.af.mil). 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 to Written questions must be submitted by 3:00 p.m., Eastern Time on July 24, 2015. 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 dead line below. Proposals are due to Adrienne R. Washington, Contract Officer, Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 Independence Avenue, Room 4360-0024, Washington, D.C. 20237 before 3:00 p.m., Eastern Time on 31 July 2015. (xviii) Contact: Adrienne R. Washington, Contract Officer, email: PROPOSALsubmission@bbg.gov by e-mail (only). All responsible sources may submit an offer that will be considered by the Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-15-0716201OCB /listing.html)
- Place of Performance
- Address: Office of Cuba Broadcasting(OCB), Miami, Florida, Miami, Florida, United States
- Record
- SN03801353-W 20150719/150717235045-680f6e592063b56bab5ba2ccc48e131b (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 |