The USAGM will conduct this acquisition under FAR Part 13 using simplified acquisition procedures as supplemented by the commercial service procedures in FAR Part 12 under the Federal Acquisition Regulation. If you are interested in this acquisition, you may participate by submitting your response in accordance with the following instructions.
This is the solicitation for the Live Chyron Operator (Farsi) Services. The competition is open to all responsible business concerns having the requisite technical capabilities necessary to provide Live Chyron Operator (Farsi) Services.
SAM: 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. 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 award. 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) code for this acquisition is 515120 with a small business size standard of $38,500,000 in average annual receipts for the past 3 years. Please identify your business size in your response based upon this standard. This requirement will be a 100% Total Small Business.
Overall Scope of BPA
The overall purpose of this solicitation is to obtain adequate Live Chyron Operator (Farsi) Support. The primary services required under this requirement is to assist in the creation and playback of graphics content in a live television control room environment for new programming and channel branding. The contractor shall create, check and playback graphics for live shows for use on the BBG's new 24-hour news channel, VOA 365 (Persian Service).
PERIOD OF PERFORMANCE
The current ordering period is from
December 19, 2018 - December 18, 2021
Contract Type:
Purchase Order
Time of Performance:
USAGM (Voice of America) 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.
*FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
Proposal Submission:
Interested contractors are required to submit two (2) separate written documents (proposals) to USAGM. To ensure your quote is adequately evaluated please place the Statement of Work you intend to bid on. Incomplete proposals may be rejected by USAGM.
1. A Price Quote that states the Offeror's proposed annual Total Price based on a 2,080 hours work-year that may be negotiated with the USAGM. A quote template is located on the last page of the statement of work. The price quote should state the Offeror's proposed hourly rate and availability.
2. Technical Proposal (Resume) that states in detail the Offeror's experience, qualifications and evidence of the Offeror's pertinent past performance that can be easily and quickly validated by the USAGM. Dates (months/years) and locations for all field experience must also be detailed.
3. Eligibility to work in the United States: copy of US Citizenship, work permit, photo ID and/or visa.
4. References (three). The Offeror shall provide the name and contact information (phone number or email address) for three (3) professional references.
5. Copy of active Registration in SAM. HTTPS://www.sam.gov
6. 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 can be submitted to Shameeka Morel at [email protected] NLT Friday, December 14, 2018, 12 Noon EST.
Proposals must be submitted to Shameeka Morel at [email protected] NLT Tuesday, December 18, 2018, 12 Noon EST.
Provision at 52.212-2 -- Evaluation -- Commercial Items. (Oct 2014) The Government will award a Multiple Award 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: Lowest Price Technically Acceptable
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. 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.