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; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request for Quote (RFQ) for its United States Agency for Global Media (USAGM), Voice of America's VOA Russian Service. The Government intends to award Firm-Fixed Price Blank Purchase Agreements (BPA) resulting from this solicitation.
This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2019-03 / July 12, 2019
SAM: System for Award Management (SAM) applies to this procurement.
You must be registered in SAM in order to submit a proposal and be eligible to receive an award from this solicitation. 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 proposal submission. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION).
NAICS Code: The North American Industry Classification System (NAICS) codes for this acquisition is 541930 or 711510 with a small business size standard of $7,500,000 in average annual receipts for the past 3 years. Please identify your business size in your response based upon this standard. This solicitation is set aside for small businesses.
Positions:
Cameraman/Video Editor
Anchor Reporter
*Please be advised, all positions above may require a security background investigation before employment commences. This process could take up to 30-45 days. Failure to pass a security background will result in no award.
Period of Performance:
On or about August 10, 2019 to August 9, 2020 with an option to continue services for four additional years through August 2024 subject to the availability of funds.
Contract Type:
Firm Fixed Price
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 (JAN 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)
Instructions, Conditions and Notices to Offerors:
Offerors must provide the below as part of their Proposal submission, including:
1. Technical
a. Resume/CV supporting qualifications for the position
b. Copy of your SAM.gov registration (or DUNs number)
2. Price Quote (Please fill out attached Pricing Sheets(s) under "Unit Price" and submit sheet for price quote)
a. Rate of issue is per hour
3. Past Performance
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 (if applicable) for each key personnel offeror applying.
Evaluation (Criteria) Factors for Award:
Evaluation-Commercial Items (Oct 2014)
The Government will award a blank purchase agreement resulting from this solicitation to the responsible offerors whose offers 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:
1. Technical
The Government will evaluate the Offeror's demonstrated understanding of the requirements stated in the SOW and capability to deliver services within the period(s) delineated in the SOW, in accordance with the stated requirements/timeline as stated
2. Price
The Offeror's price quote will be evaluated to determine fairness and reasonableness. In the event that multiple proposals are deemed to be of equal technical quality, price will become more important.
3. Past Performance
The Government will evaluate the Offeror's past performance on recent relevant projects during the last 3 (three) years, similar in complexity and scope to the proposed services.
4. Copy of active Registration in SAM. HTTPS://www.sam.gov
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.acquisition.gov/Far/; if requested by an offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer.
Questions shall be submitted electronically to amartine@usagm.gov. The deadline to submit questions is August 6, 2019 at 6PM EDT. Answers will be posted on August 7, 2019 at 2pm EDT.
Quotes must be submitted to: pabner@usagm.gov
Proposals are due No Later Than August 9, 2019 at 9AM EDT.
All Quote packages are to be emailed to pabner@usagm.gov.
Provision at 52.212-2 -- Evaluation -- Commercial Items. (Oct 2014) The Government will award a single 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
(The following factors are used to determine the competitive ranking of qualified potential contractors in comparison to other contractors. The factors are listed in priority order from highest to least.).
Factor #1 - Technical ability to include work experience, education and specialized training
Factor #2 - Price
Factor #3 - Past Performance
Basis for Award: Best Value using price and other factors
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 submit its best terms in the initial proposal. The Government may also determine to make no award.