The RFP Database
New business relationships start here

Audio/Radio News Broadcasting courses


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

(i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM 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.

(ii) Solicitation No. BBG50-R-15-0009 is issued as a Request For Proposal (RFP) and one or more Blanket Purchase Agreements (BPA) will be awarded using the contracting by negotiation procedures in FAR Part 15.

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-77, dated November 13, 2014.

(iv). This is a total small business set aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 611430 and the small business size standard is $11.0M.  

(v). The contractor shall provide the Contract Line Items as shown in the Attachment A titled “Price Schedule”. 

(vi.) The Broadcasting Board of Governors, International Broadcasting Bureau (BBG/IBB), Office of Contracts (CON) located in Washington, D.C. anticipates a need (subject to availability of funding) for qualified trainers to teach audio/radio news broadcasting courses primarily in Washington, DC. BBG headquarters and occasionally in the Office of Cuban Broadcasting (OCB) headquarters in Miami, Florida.

(vii) The base period of performance is one year from the day of award. The BPA will have one (1) one-year Option period such to the availability of Agency funding and need.  

 

(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html.

 

(ix)  The government intends to award one or more Blanket Purchase Agreements to the responsible Offeror (s) whose offer conforming to the RFP will result in a best value to the Government, based on technical approach, experience, past performance and price.  The Government intends to make a best value selection.  All evaluation factors other than price, when combined, are significantly more important than price. 

By submission of its proposal, the Offeror acknowledges that it will comply with all of the requirements under this solicitation, including stated terms, conditions, representations and certifications.

THE FOLLOWING FACTORS SHALL BE ADDRESSED IN THE TECHNICAL PROPOSALS AND SHALL BE USED TO EVALUATE PROPOSALS:

1)  Technical Approach: The contractor must provide a narrative detailing the course lesson plan for each class proposed. The contractor must illustrate its understanding of the requirement and its ability to meet the objectives stated in Attachment B titled “Statement of Objectives”.

2) Experience: The Offeror shall provide recent examples (within the past five (5) years) demonstrating its experience in teaching audio/radio news broadcasting classes. Examples provided should be of the same and/or similar classes proposed in the technical proposal.  The experience factor has two (2) sub factors (a-b) that are listed as follows:

a. Experience within the last 5 years in training international broadcasters to be effective radio on-air broadcasters, producers, newsgatherers, editors and directors. The Offeror must explain its experience in conducting audio/radio training to an international audience.  Have they provided training on how to lead a broadcast team, follow a radio clock, and adhere to predetermined run-down list in a studio environment? Have they taught latest techniques and styles on how to engage the audience, pacing the show and how to do backtiming, how to manage energy levels, how to cross promote the shows?

b. Experience in within the last five (5) years working at a radio station, internet, and new media service working with audio journalistic stories. The Offeror must explain its experience working at a radio station, internet, and new media service as a radio/audio journalist, producer.  How often do they do live and pre-recorded production?  How often do they adopt the latest techniques to engage the audience?  How many radio shows do they produce and what genre?

3) Past Performance: The Offeror shall have demonstrated past performance in teaching audio/radio media news broadcasting. Technical proposals shall contain detailed information on past performance and relevant contracts for same and/or similar services with a minimum of three (3) references including contract numbers, points of contact with telephone numbers and email addresses (i.e., the point of contact who can verify performance).   The BBG shall evaluate the Offeror’s Past Performance pursuant to FAR 15.305(a)(2).  Each Offeror’s Past Performance shall be determined to be favorable or unfavorable.  Pursuant to FAR 15.305(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 will not be evaluated favorably or unfavorably on past performance.

THE FOLLOWING FACTORS SHALL BE ADDRESSED IN THE PRICE PROPOSALS AND SHALL BE USED TO EVALUATE PROPOSALS:

Price Proposal: Offerors shall submit a separate Price Proposal showing an all-inclusive price for teaching an audio/radio news broadcasting course for the specified time period.  In responding to this solicitation, offerors are requested to submit price quotations specifying the price for each time block indicated on Attachment A for the base period as well as the option period. Courses can be made up of multiple sessions of a particular length, e.g., a writing class may be 4 2-hour sessions over a 4 week period. Contractors should provide a per session cost for each of these three length options. The prices for shall be provided in English and United States dollars. The Price Proposal must contain Attachment A titled “Price Schedule” filled out by the Offeror. The Government will evaluate the price proposal by:


comparing the proposed prices received in response to the solicitation against the IGE and historical prices paid by the Government for the same or similar services and
assessing the responsiveness of the Offeror in providing the requested prices.

Offerors are cautioned that failure to address each of the above technical factors (and subfactors) and price factors may deem their proposal unacceptable. Proposals which are non-conforming will be rejected at the sole discretion of the Contracting Officer.

(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Offerors may either submit a paper copy of FAR Clause 52.212-3 or submit this information through the System of Award Management (SAM) at HTTPS://WWW.SAM.GOV/PORTAL/PUBLIC/SAM/. Proposals must also include contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. THE CONTRACTOR MUST BE REGISTERED ONLINE IN THE SAM WEB SITE PRIOR TO CONTRACT AWARD.

 

(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows: 

 

CONTRACTING OFFICER REPRESENTATIVE

 

The Contracting Officer will appoint by letter a Contracting Officer Representative (COR), who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE AR/CO TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES.  

(End of Clause)

 

 

52.217-9          OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

 

(a) The Government may extend the term of this contract by written notice to the Contractor within one day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 5 days before the contract expires. The preliminary notice does not commit the Government to an extension.

 

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

 

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 54 months.

(End of Clause)

 

CONTACT INFORMATION:

 

The Contractor shall provide a day-to-day operational contact as well as a contact for prompt contract administration. The Contractor shall also provide contact information for the person responsible for reviewing performance evaluation entered into the Contractor performance Assessment Reporting System (CPARS).

 

Contractor – Day to day operational contact

 

Name:

 

Title:  

 

Address:

 

Phone Number:          

 

Email:            

Contractor – Prompt contract administration contact          

 

Name:

 

Title:  

 

Address:

 

Phone Number:          

 

Email:            

 

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Equal Opportunity for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (31 U.S.C. 3332) 

 

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.232-18 Availability of Funds.

 

(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. 

 

(xv) Failure to provide any of the above-required CLINs may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Email, fax or oral proposals will not be accepted. Questions must be submitted in writing to Myria Carpenter at proposalquestionMEDC@bbg.gov. Written questions must be submitted by 12:00 p.m., Eastern Time on December 1, 2014.   Technical proposals shall be submitted with an original and three (3) copies. Price proposals shall be submitted with an original and one (1) copy.  Proposals may be sent via courier or overnight delivery before the closing deadline below.  Proposals are due to Myria Carpenter, Contract Specialist, Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007B, Washington, DC 20237 before 12:00 p.m., Eastern Time on December 15, 2014. 

(xvi) Contact: Myria Carpenter, Contract Specialist, email: mecarpen@bbg.gov or Facsimile 202-382-7870. All responsible sources may submit an offer that will be considered by the Agency.

 


Myria Carpenter, Fax 202-382-7870, Email mecarpen@bbg.gov - Herman Shaw, Contracting Officer, Fax (202) 382-7870, Email hshaw@bbg.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP