Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2016 FBO #5206
MODIFICATION

R -- BBG-Video Based Mobile App - Additional Questions

Notice Date
2/22/2016
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
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-Q-16-010616
 
Point of Contact
Malita M. Dyson, , Herman Shaw,
 
E-Mail Address
mdyson@bbg.gov, hshaw@bbg.gov
(mdyson@bbg.gov, hshaw@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
Additional Questions **Modification is being made to attach file of additional questions and answers (#44-63) that were received before the closing of the response date. For those proposals that have already been submitted, you may elect to resubmit proposals or your original proposals will be kept for consideration. The close date will also be extended until February 26, 2016. All other aspects of this notice remain the same. ** *Modificaiton/Amendment made attach quesitons and answers file and to exted the Closing date* Title: BBG Video-Based Mobile APP, Related Content Management System Solicitation Number - BBG50-Q-16-010616 (i) 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; Request for Quotation (RFQ) quotes are being requested and a written solicitation will not be issued. (ii) Solicitation No. BBG50-Q-16-010616 is issued as a RFQ for a Firm-Fixed -Price Commercial Item contract that will be awarded using the simplified acquisitions procedures in FAR Part 13. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86, dated January 01, 2016. (iv) This procurement is being issued as a 100% small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 511210, with a small business size standard of 500 employees. (v) The Contractor shall provide an integrated suite of software tools that center on a video-based mobile app, mobile Video on Demand (VOD) and Content Management System (CMS) for the purpose of creating a prototype and proof of concept mobile news product. Additionally, the BBG requires technical support services, as well as non-personal “advisory and assistance” (i.e., technical consulting) services, provided to the BBG Office of Strategy and Development (hereinafter referred to as the “Contracting Officer’s Representative (COR)”) (vi) The Broadcasting Board of Governors (BBG) has a requirement for a Contractor to provide services that will support the digital media global broadcasting missions of the BBG and its various organizational entities, including the BBG, International Broadcasting Bureau (IBB), Voice of America (VOA); Office of Cuba Broadcasting (OCB), and the BBG Grantees consisting of Radio Free Europe/Radio Liberty (REF/RL), Middle East Broadcasting Networks (MBN) and Radio Free Asia (RFA). The public facing product must look and feel world class in terms of design, delivering a superior customer experience that leads to repeat use. See attached Statement of Work (SOW) for details. (vii) The Period of Performance for this contract shall be 180 days from date of award, with a prototype delivered within 90 days and technical support provided through the full 180 day period. Award is expected as early as February 24, 2016 and no later than March 25, 2016. (viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full text of all FAR clauses and provisions are available electronically at the following Internet address: ( https://www.acquisition.gov/?q=browsefar ). INTERESTED OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) a Technical Summary which addresses the technical factors described the SOW (Attachment A) and (2) a Price Quote in accordance with SOW. The technical and price quotes must be submitted separately. No price information should be contained with the technical quote. The Government plans to award without discussions, but may conduct discussions if it deems it is in the Government’s best interest. (ix) The Federal Acquisition Regulation (FAR) provision FAR 52.212-2 Evaluation-Commercial Items, applies to this solicitation. The Government will award a Commercial Item, Firm-Fixed-Price, contract resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will provide the best value to the Government, based on user accessibility, administrator accessibility, experience (past performance) and price. The following factors listed in descending order of importance shall be addressed in the technical summary and shall be used to evaluate quotes: A) Previous Experience- successfully deploy a similar product in content management system that must maximize internal use and enhance overall work flow as described in the SOW; B) Technical- Experience in meeting and understanding all of the technical requirements listed in the SOW, with the intent to accommodate the needs of a large new organization or similar; C) Price- Proposals will be viewed in terms of best value as opposed to simply lowest price. Offerors are cautioned that failure to address each of the above evaluation factors may deem their quote unacceptable. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Offerors may either submit a paper copy of FAR Clause 52.212-3 or submit this information through the System of Award Management (SAM) at HTTPS://WWW.SAM.GOV/PORTAL/PUBLIC/SAM/. Quotes must also include contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. THE SUCCESSFUL OFFEROR MUST BE REGISTERED (ACTIVE) ONLINE IN THE SAM WEB SITE PRIOR TO CONTRACT AWARD. (xi) The FAR clause 52.212-4 Contract Terms and Conditions- Commercial Items, applies to this acquisition with addendum to the clause. The addendum in addition to the language as follows: CONTRACTING OFFICER’S REPRESENTATIVE The Contracting Officer will appoint by letter a Contracting Officer’s Representative (COR) who will have the responsibility of ensuring that the work performed by the Contractor conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or in this contract. It is understood and agreed, in particular, that the COR shall not have the authority to make changes to 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 in the contract. THE 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 COSTS TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (End of Clause) CONTRACT ADMINISTRATION The Contractor shall designate below a company official whom the BBG may contact during the period of performance of this contract for prompt contract administration: NAME: TITLE: ADDRESS: E-MAIL: PHONE: FACSIMILE: INVOICE SUBMISSION (a) The Contractor shall submit an original monthly invoice to the COR via email. The COR will be identified at the time of award. (b) The Contractor’s monthly invoice shall list: (1) name and address of Contractor, (2) invoice date and invoice number, (3) BBG contract number (e.g., BBG50-C-15-0000) and (4) the number of deliverables submitted and accepted. (c) Pursuant to the Prompt Payment Act, the BBG will pay the invoice within 30 days of either: (1) receipt of proper invoice or (2) acceptance of deliverables; whichever is later. Note: The BBG intends to change its current invoicing procedures to the Invoice Processing Platform (IPP) system. The Contractor may be required in the future to register and submit invoices through the IPP system. Any costs associated with complying with the invoice change will be at the Contractor’s expense. Please visit https://www.ipp.gov/ for more information. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2016), applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) with Alternate I (Oct. 1995); 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015 2013); 52.209-6, Protecting the Government’ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) ; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013); 52.219-8 Utilization of Small Business Concerns (Oct 2014); 52.219-28 Post Award Small Business Program Representation (Jul 2013); 52.222-3 Convict Labor (June 2003); 52.222-19 Child Labor—Cooperation with Authorities and Remedies (Jan 2016); 52.222-21 Prohibition of Segregated Facilities (Apr 2015); 52.222-26 Equal Opportunity (Apr 2015) (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (Oct 2015); 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014); 52.222-37 Employment Reports on Veterans (Oct 2015); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010);52.222-50 Combating Trafficking in Persons (Mar 2015); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013). (xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.237-3 Continuity of Services (Jan 1991) and 52.217-8 Option to Extend Services (Nov 1999). There are no other additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. (xiv) A Defense Priorities and Allocation System (DPAS) assigned rating is not applicable to this acquisition. (xv) Failure to provide any of the above required documents cited under sections (viii) and (ix) for this requirement may result in the rejection of your proposal. Questions concerning this solicitation must be submitted in writing and must be received by the Contract Specialist, Malita Dyson, no later than 12 Noon Eastern Daylight Savings Time on February 10, 2016 via email at mdyson@bbg.gov referencing BBG50-Q-16-010616. Oral questions will not be accepted. Responses to questions will be posted no later than February 12, 2016. Offerors are cautioned not to direct questions concerning this solicitation to anyone but the Contracting Specialist. No questions will be accepted after the established deadline date. Quotes shall be in writing and must be signed by an official who is authorized to bind the organization and must be submitted electronically to email: mdyson@bbg.gov by the below listed deadline. Fax or oral quotes will not be accepted. This combine synopsis/ solicitation will close on February 26, 2016 by 3:00 PM Eastern Daylight Savings Time (EST). Offerors are reminded to submit two separate attachments – a technical summary and a separate price quote. Offerors may send one email with both attachments. ALL ATTACHMENTS MUST BE SENT IN “PDF FORMAT” AND THE TOTAL SIZE OF ALL ATTACHMENTS MUST NOT EXCEED 23MB. ALL SUBMISSIONS MUST INCLUDE THE SOLICITATION NUMBER (BBG50-Q-16-010616) IN THE SUBJECT LINE. (xvi) Contact: Malita Dyson, Contract Specialist, email: mdyson@bbg.gov. 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-Q-16-010616/listing.html)
 
Place of Performance
Address: Broadcasting Board of Governors, 330 Independence Ave., S.W., Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN04027024-W 20160224/160222234651-aa6ca691ac3f0628bee769a985d31484 (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.