Modification #1:
-Statement of Work added (VJ/Multimedia Broadcaster)
Please see additional Statement of Work under Attachments Section entitled "VJ/Multimedia Broadcaster FL"
-Deadline for submittal of questions extended to May 11, 2019 at 3PM
-Closing Response Date Extended to May 15, 2019 at 1PM EST
All Else 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 five years.
The US Agency for Global Media (formerly Broadcasting Board of Governors), Office of Contracts intends to establish (an) Award(s) for Blanket Purchase Agreement(s) for Domestic Stringer Services-Cameraperson and Video Editor (and VJ/Multimedia Broadcaster per MODIFICATION #1) as described in further detail in the attached Statements of Work (SOW)s for the Voice of America –Eurasia Division 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 a registered entity 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 regarding the registration process 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) FAC 2019-02 dated May 6, 2019.
The North American Industry Classification Systems (NAICS) codes for this acquisition are 711510 with a small business size standard of $7.5M In average receipts for the past three (3) years or 512110 with a small business size standard of $32.5M In average receipts for the past three (3) years. This solicitation is reserved for small business.
Period of Performance: The period of performance is on or about June 8, 2019 to June 7, 2020 with an option to continue services for four additional years through June 7, 2024 subject to the availability of funds.
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 (OCT 2018)
*FAR clause 52. 212-2 Evaluation -Commercial Items (OCT 2014),
*FAR clause 52.212-3 Offeror Representations and Certifications -Commercial Items (OCT 2018),
*FAR clause 52.212-4 (OCT 2018), 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 (May 2019)
* FAR clause 52.216-18 Ordering Act (OCT 1995)
*FAR clause 52.217-8 Option to Extend Services. (NOV 1999)
· 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)
**Note: All candidates must pass an initial background clearance to start work**
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.
NOTE: Interested contractors (and offerors with key personnel) submitting quote packages against the prospective Statement(s) of Work must submit separate e-mail submissions and separate corresponding quote packages with separate work samples 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 assignment"
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 to address in quote package including evaluation factors section(s) and Knowledge, Skills and Requirements section(s).
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
Questions must be submitted in writing and only via email to pabner@bbg.gov
Place the RFQ number and “QUESTION” in the subject line. Deadline to submit questions: May 10, 2019 at 11AM EST (REVISED per Modification #1 - extended to May 11, 2019 at 3PM)
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 evaluation factors section(s) and Knowledge, Skills and Requirements. Ranking is below per most to least importance.
Factor #1- Technical ability to include work experience, education and specialized training as listed in 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 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 May 14, 2019 at 9:00 AM EST (EXTENDED PER MODIFICATION #1 to May 15, 2019 at 1PM) via email to pabner@bbg.gov . No fax or mailed or courier-delivered quote packages will be accepted.