The RFP Database
New business relationships start here

Lighting Director


Florida, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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. 951088-Q-20-OCB00100 is issued as a Request For Quotation (RFQ) and a contract will be awarded using simplified acquisition procedures in FAR Part 13.
(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-84, dated October 23, 2018
(iv) This is 100% total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510 with a small business size standard of $29.5M.
(v) The contractor shall provide a Firm Fixed Price quotation showing an assignment for a base period of three (3) months and three (3) option period of three (3) months. One award will be considered for this requirement at the discretion of the Government.
(vi) The United States Agency for Global Media (USAGM), Office of Cuba Broadcasting (OCB) located in Miami, FL anticipates establishing a Non-Personal Service Purchase Order with an Independent Contractor for Lighting Director services as described in the attached Statement of Work (SOW) for Office of Cuba Broadcasting (OCB) in Miami, Florida. Offerors may submit for a Statement of Work, however they must submit an individual quote i.e. technical and price for the SOW. The Offeror selected for an award must be able to successfully pass a USAGM security investigation.
(vii) The period of performance is anticipated to start November 1, 2018 through October 31, 2019. The Contractor shall submit a monthly invoice electronically for services provided the preceding month.
(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. Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services.
Offeror qualifications shall include but not be limited to:
1. Technical Proposal (Resume) that states the Offeror's resume/curriculum vitae that includes work experience, education and specialized training necessary to provide the required services under solicitation. Also, include evidence of the Offeror's pertinent past performance that can be easily and quickly validated by the OCB. Dates (months/years) and locations for all field experience must also be detailed.
2. Contractors shall submit their price quotation for base and option periods on an hourly basis. Work will be on an as-needed basis, subject to availability of FY-2019 funds and mission consideration.
INTERESTED OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) a Technical Proposal which addresses the technical factors described below in (ix) and (2) and a Price Proposal in accordance with (ix). A copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items or a statement that FAR 52.212-3 has been completed in the System for Award Management website. The technical and price proposals must be submitted separately. No price information should be contained within the technical proposal.
To ensure consideration for the intended position, please reference the solicitation number on your proposal and the position name on the individual Statement of Work the offeror is responding to.
(ix) The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services contract resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, past performance, and price in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals:
1) Contractor Qualifications - The Offeror shall provide their resume that includes work experience, education and specialized training. The Offeror must be able to demonstrate proficiency in writing and speaking Spanish and English;
2) Past Performance - See attachment A (Past Performance Reference)
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 may not be evaluated favorably or unfavorably on past performance, and
3) A separate Price Quotation showing a breakdown of the price on an hourly basis. The prices shall be provided in in English and United States dollars. (See attachment B - Example Price Quotation). Price quote for base period shall be the same for each option period.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website 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. OFFERORS MUST BE REGISTERED WITH SAM 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:
I. 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 COR 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)
II. EXERCISING OF OPTIONS UNDER THIS CONTRACT: The Government reserves the right to unilaterally exercise the options. The Parties agree that the Government may partially exercise and fund any options and may do so multiple times up to the point that the option has been fully exercised and funded. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise. In the event that USAGM does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable. Additionally, the parties agree that, in the event the USAGM decides not to exercise any options, USAGM will have no further obligation to the Contractor under this contract other than to pay for services actually rendered by the Contractor to USAGM hereunder. (End of Clause)
III. AVAILABILITY OF FUNDS. Funds are not presently available for performance under this contract beyond the Base Period. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond the Base Period, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause)
(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; 52.219-6 Notice of Total Small Business Set (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 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 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 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: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; 52.232-18 Availability of Funds; and, 52.242-17 Government Delay of Work; 52.243-1 Changes-Fixed Price.
(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 Items may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (https://www.acquisition.gov/browsefar). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted.
Questions must be submitted in writing and only via email to Raquel Mingo rmingo@usagm.gov or Marisol Cruz mcruz@usagm.gov. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on November 20, 2019. Responses to questions will be posted to FedbizOps by COB on November 24, 2019.
ALL TECHNICAL PROPOSALS (resumes), PRICE QUOTES AND PAST PERFORMANCE REFERENCES MUST BE SUBMITTED ELECTRONICALLY TO RMINGO@USAGM.GOV or MCRUZZ@USAGM.GOV BEFORE THE CLOSING DEADLINE BELOW to Raquel Mingo, Contracting Officer/Marisol Cruz Contracting Officer, Broadcasting Board of Governors, Office of Cuba Broadcasting. CLOSING DEADLINE is 2 PM, Eastern Standard Time on November 20,2019.
(xvi) Contact: Raquel Mingo, Contracting Officer, email: RMINGO@USAGM.GOV or Marisol Cruz, Ctracting Ofer MCRUZ@USAGM.GOV. All responsible sources may submit an offer that will be considered by the Agency.

Raquel Mingo, Procurement Analyst, Phone 305437032, Email rmingo@usagm.gov - Marisol Cruz, Phone 305-437-7024, Email mcruz@usagm.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP