MODIFICATION
R -- Learning English FY 2019- Three SOWs - Responses to Questions
- Notice Date
- 11/6/2018
- Notice Type
- Modification/Amendment
- NAICS
- 711510
— Independent Artists, Writers, and Performers
- Contracting Office
- U.S. Agency for Global Media (USAGM), Broadcasting Board of Governors (BBG), Director, Office of Contracts, Office of Contracts (CON), 330 Independence Avenue, SW, Suite 4360, Washington, District of Columbia, 20237, United States
- ZIP Code
- 20237
- Solicitation Number
- VOA-LE-19-RFQ-00002
- Point of Contact
- Patrice Abner, Phone: 000-000-0000, Alisa Martine, Phone: 000-000-0000
- E-Mail Address
-
pabner@bbg.gov, amartine@bbg.gov
(pabner@bbg.gov, amartine@bbg.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Responses to Questions Modification #1 This posting is modified to add response to questions. Responses to Questions is under attachments section labeled "Responses to Questions" All elso remains the same _________________________________________________________________ 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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request for Quote (RFQ) to establish (a) Blanket Purchase Agreement(s). There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement (s). The Government intends to award Blanket Purchase Agreement (s); however, the Government reserves the right not to award any Blanket Purchase Agreement. Any resultant Blanket Purchase Agreement (s) will be no longer than one year. The Broadcasting Board of Governors, Office of Contracts intends to establish an Award Blanket Purchase Agreement for Combination services as described in further detail in the attached Statement of Works (SOWs) for the Voice of America –Learning English in Washington D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13 and FAR Part 13.5. Broadcasting Board of Governors follows the VOA Journalistic Code and VOA Charter. SAM: IMPORTANT: All stateside contractors seeking to contract with the Federal Government must register in the Federal Government vetting system called SAM (System for Acquisition Management). System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Note: as of October 26, 2018 per FAR 4.1103(a)(1 Offerors must have status designation of “active” in SAM at the time of offer or quotation submission. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Prospective contractors must be registered in SAM database prior to submitting a quote and prior to award. Lack of registration in SAM database will make an offeror Ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 - and 52.204-13 System for Award Management (SAM) Registration (OCT 2016). A SAM quick guide is attached in the attachments section of this posting for convenience. This solicitation document and incorporated provisions and clauses are those ln effect from the Federal Acquisition Circular (FAC) 2005-101 dated October 26, 2018. The North American Industry Classification Systems (NAICS) codes for this acquisition are 711510 or with a small business size standard of $7.5M In average receipts for the past three (3) years or 519190 with a small business size standard of $27.5 M In average receipts for the past three (3) years. This is 100% total small business set-aside. Period of Performance: Approximately start date November 2018 for one year Contract Type: Firm - Fixed Price Time of Performance: VOA is a 24/7 news/ program operation and the schedule will vary depending on the need of the government. The Contracting Officer Representative will make the determination at the time of award. Applicable Clauses: **52.252-1- Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Provisions incorporated by reference: *FAR clause 52.212-1 Instructions to Offerors-Commercial Items (AUG 2018) *FAR clause 52. 212-2 Evaluation -Commercial Items (OCT 2014), *FAR clause 52.212-3 Offeror Representations and Certifications -Commercial Items (AUG 2018), *FAR clause 52.212-4 (JAN 2017), Contract Terms and Conditions -Commercial Items, applies to this acquisition. *FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2018) *FAR clause 52.217-8 Option to Extend Services. (NOV 1999) * FAR clause 52.216-18 Ordering Act (OCT 1995) · DOMESTIC VENDORS• 1952.232 -91 Electronic Invoicing and Payment Requirements - Invoice Payment Platform (IPP) (April 2016) Payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.90S(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The JPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the lPP invoice (CO to edit and include the documentation required under this contract): Instructions will be sent to awardee The Contractor must follow the Instructions on the attached Electronic Invoicing Advisory to enroll, access and use IPP for submitting requests for payment. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request In writing to the contracting officer. (End of Clause) Quote Package Submission: ALL QUOTE SUBMISSIONS MUST BE SUBMITIED ELECTRONICALLY TO pabner@bbg.gov with RFQ number and Statement of Work title in the subject line of each e-mail submission. Interested contractors (and offerors with key personnel) submitting quote packages against the prospective Statement of Work must submit separate e-mail submissions and separate corresponding quote packages for each key personnel offeror applying. Interested contractors are required to submit two (2) separate written documents (quotes) to the BBG. 1. A Price Quote that states the Offeror's proposed annual Price based on designation listed in Statement of Work (per hour per the Statement of Work). Rates may be negotiated with the BBG. "Price Proposal-: __________per hour" 2. Technical Quote (Resume) that states In detail the Offeror's/Key personnel's experience, qualifications and evidence of the Offeror's pertinent past performance that can be easily and quickly validated by the BBG. Dates (months/years) and locations for all field experience must also be detailed. PLEASE NOTE: Review attached Statements of Work for a description of required work product samples or portfolios to submit under "Evaluation Factors" or "Qualifications" or "Expertise" on Statement(s) of work. 3. References (3)/Past Performance Pursuant to FAR 15.30S(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 may not be evaluated favorably or unfavorably on past performance 4. Copy of active Registration in SAM. HTIPS://www.sam.gov if applicable 5. In the event offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications - Commercial Items) with its offer. This provision can be found at the following website https://www.acqulsltion.gov/Far/; if requested by an offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer. Questions must be submitted in writing and only via email to Patrice Abner at pabner@bbg.gov. Deadline to submit questions: November 5, 2018 (9AM EST) Responses to questions will be posted. Per Provision at 52.212-2 - Evaluation -· Commercial Items. (Oct 2014) The Government will award a Blanket Purchase Agreement 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: EVALUATION FACTORS Award will be based on Price and Other Factors in accordance to FAR 13. Evaluation factors are listed on statement of work under "Expertise or Qualifications". Ranking is below per most to least importance. Factor #1- Technical ability to include work experience, education and specialized training as listed under Evaluation Factors/Qualifications or Expertise on the Statement of Work Factor #2 - Price Factor #3 - Past Performance (referred to in References) Basis for Award The procurement Is being conducted under FAR Part 13. Best value is defined as the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101. The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should multiple offerors will be selected who are deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution. ALL TECHNICAL AND PRICE PROPOSALS MUST BE SUBMITTED ELECTRONICALLY BEFORE THE CLOSING DEADLINE of November 15, 2018 at 9:00 AM EST to pabner@bbg.gov. No fax or mailed or courier-delivered quote packages will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/VOA-LE-19-RFQ-00002/listing.html)
- Place of Performance
- Address: 330 Independence Ave, SW, Washington, District of Columbia, 20237, United States
- Zip Code: 20237
- Zip Code: 20237
- Record
- SN05144242-W 20181108/181106230827-71158089089512bd0fcedb181340b945 (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 |