Federal Bid

Last Updated on 28 Jun 2019 at 9 PM
Combined Synopsis/Solicitation
Washington District of columbia

VOA South and Central Asia URDU Next Generation Initiative Overseas

Solicitation ID VOA-SCAURDU-001-NGI-2019
Posted Date 28 Jun 2019 at 9 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Office
Agency United States Agency For Global Media, Bbg
Location Washington District of columbia United states 20237

 

VOA-SCAURDU-001-NGI-2019

 

VOA South and Central Asia- URDU – Next Generation Initiative

 

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. 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. The Government intends to award Blanket Purchase Agreements; however, the Government reserves the right not to award any Blanket Purchase Agreement. Any resultant Blanket Purchase Agreement will be no longer than five years.

 

 

United States Agency for Global Media, Office of Contracts intends to establish an Award Blanket Purchase Agreement for Combination services as described in further detail in the attached Statement of Work for the South and Central Division Urdu Service – NGI Program. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13 and FAR Part 13.5. USAGM follows the VOA Journalistic Code and VOA Charter.

 

 

This solicitation document and incorporated provisions and clauses are those ln effect from the Federal Acquisition Circular (FAC) 2019-02 dated June 5, 2019.

 

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. This is 100% total small business set-aside.

 

Period of Performance:

 Approximately July 15, 2019 for work described concluding on or about July 14, 2024. 

 

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 (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 52.217-8 Option to Extend Services. (NOV 1999)

* FAR clause 52.216-18 Ordering Act (OCT 1995)

 

 

 

 

Quote Package Submission:

 

ALL QUOTE SUBMISSIONS MUST BE SUBMITIED ELECTRONICALLY TO [email protected].

 

 

 Interested contractors are required to submit two (2) separate written documents (quotes) to the USAGM.

 

1.            A Price Quote that states the Offeror's proposed prices per the attached pricing summary –Section B for Base and all Ordering Periods. Rates may be negotiated with the USAGM.

 

 

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 USAGM. Dates (months/years) and locations for all field experience must also be detailed.

 

 

4.            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

 

5.            Copy of active Registration in SAM. HTIPS://www.sam.gov if applicable

 

Questions must be submitted in writing and only via email to Patrice Abner at [email protected]. Deadline to submit questions:  July 3, 2019 (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 Special Expertise.  Ranking is below per most to least importance.

 

Factor #1- Technical ability to include work experience, education and specialized training as listed under Special Expertise Needed 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 July 8, 2019 at 9:00 AM EST to [email protected]. No fax or mailed or courier-delivered quote packages will be accepted.

 

 

 

 

 

 

 

 

 

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 30 Jul 2019 at 4 PM
Independence West virginia 16 Sep 2015 at 10 PM
Washington District of columbia 30 Mar 2017 at 9 PM
Location Unknown 24 Jul 2019 at 5 PM