The RFP Database
New business relationships start here

Marketing Representative -Nairobi, Kenya



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

BBG50-96-R-0001JN
Broadcasting Board of Governors
Marketing Representative- Combination Services (non-personal service)
This position is located in NAIROBI, KENYA
Synopsis:
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) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-94, 2005-95/01-19-2017. (iii) Solicitation No. BBG50-R-15-7401 is issued as a Request For Proposal (RFP) and a contract will be awarded using simplified acquisition procedures in FAR Part 13.
The North American Classification System Code is 711510
(iv) This is a one hundred percent (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 $7.5M.
BACKGROUND:
The Broadcasting Board of Governor's is looking for a contractor residing in Nairobi, Kenya to assist the East and Southern Africa Regional Marketing Officer (RMO) located in Johannesburg, South Africa in the placement of all BBG programs throughout Kenya, Tanzania, Somalia and Ethiopia, coordinate promotional, marketing, advertising, and special events; troubleshoot and resolve technical issues related to satellite based logistics for a wide range of BBG affiliates; maintain close contact with affiliates and other broadcasting services as well as BBG headquarters as described in Attachment A titled "Statement of Work (SOW)".
The Government anticipates awarding a purchase order under this Solicitation on/or about on August 7, 2017 and no later than August 18, 2017 for the requested services. The Period of performance of the purchase order shall be effective September 1, 2017 - August 31, 2018 for approximately 40 hours weekly or 2,080 hours per annum. Additional hours may be required. Work will be at the directive of the Regional Marketing Officer and proposed by the contractor.

 


Obligations of the contractor (SCOPE OF WORK)
Marketing Representative - Nairobi, Kenya
1.    The Contractor shall:
A.    Be responsible for a wide variety of marketing and affiliate relations activities in Ethiopia, Kenya, Tanzania, Somalia, promoting placement of the full range of BBG programs on local stations in the country. Contractor shall also be responsible for media research, coordinating promotional marketing and training activities and maintaining close contacts with other broadcasting services, the Regional Marketing Office, and the BBG headquarters in Washington, DC.
B.    Solicit prospective affiliates for BBG from the ranks of private and state-run broadcasters in the country.
C.    Travel on assignments to current and potential affiliate stations throughout the country at the direction of the Regional Marketing Officer. Visit offices in preparation for negotiations with information ministries and local officials. Assist in negotiating terms for contracts and grant agreements with potential affiliates, and conducts customer service to VOA affiliates.
D.    Coordinate with Regional Marketing Officer to establish and maintain affiliate database within the region.
E.    Monitor and research media developments in assigned countries. Advise the Regional Marketing Officer on strategies for expanding affiliations and improving affiliate services. Develop marketing strategies; organize advertising campaigns and design of promotional materials.
F.    Organize affiliate workshops and conferences, under the supervision of the Regional Marketing Officer.
G.    Maintain frequent and regular contacts with current and potential affiliates. Respond to inquiries about affiliate programs.
H.    Provide the Regional Marketing Officer with a weekly report of his/her activities.
I.    Search for FM frequencies where necessary.
J.    Return all Government Funded Equipment (GFE) to BBG Johannesburg, FOB origin (shipping costs to be borne by BBG Johannesburg), upon the completion of this agreement unless otherwise agreed to by the Parties.
K.    Be responsible for operating expenses that shall be itemized on monthly invoices with receipts attached. Operating expenses covered under this Agreement may include (upon preapproval), but are not limited to, the following:


1.    Monthly Internet Fee (one line for business purposes),
2.    Monthly Telephone Bill (cell or landline for official calls),
3.    Monthly satellite cable TV subscription (when required)
4.    Shipping of promotional items
5.    Subscriptions to industry publication
6.    Travel to affiliate stations
7.    Miscellaneous expenses
The Contractor shall submit a monthly invoice electronically for services provided the preceding month in accordance with the Prompt Payment Act.
All expenditures must have Regional Marketing Officer's preapproval at outset of contract. Should essential marketing functions require additional expenditures, the expense budget will be reevaluated and/or additional functions will be financed by the Contracting Officer in Washington, DC and the Regional Marketing Officer in Johannesburg, South Africa.


L.    Maintain that the marketing and programming plans and business affairs of the BBG and its broadcasters are confidential and should be treated as such, especially regarding any discussions or interaction with other international broadcasters or other media, unless authorized by the Regional Marketing Office.
M.    Not work with another international broadcaster in the same or similar capacity while working with the BBG, or for at least three months upon separation if initiated by the Contractor.
All work is to be performed from contractor's residence in Nairobi, Kenya. No office or housing allowance will be paid; however, the BBG will provide a computer, printer and mobile phone to perform services outlined.
The individual selected for award must be able to receive a favorable rating in a Federal Government (BBG) security investigation.
PROPOSAL SUBMISSION
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 and (3) and a Price Proposal. The Price Proposal must contain a copy of Attachment A entitled "Price Schedule" which must be filled out by the interested contractor.
Offeror's minimum qualifications shall include but not be limited to:
1) Offeror's Qualifications - The Offeror shall provide their resume in the ENGLISH language that includes work experience, education and specialized training necessary to provide the required services under this solicitation. The Offeror must be able to demonstrate proficiency in writing and speaking in the English language at a working level and native fluency in the Swahili language.
2) Experience - The Offeror shall demonstrate experience in providing the required services under this solicitation to Governmental and/or commercial customers.
(3) The Offeror shall provide a Firm Fixed Price proposal for a base period of twelve (12) months.
(4) Offeror shall include three professional references (name and phone number/email address).
(5) Additional documentation, In person interviews and/or video conferencing may be required.
Proposals must be received by Friday, July 28, 2017 at 1500 GMT to Joyce Ngoh via email to: Jmngoh@bbg.gov or via mail to:
Joyce Ngoh
Director
BBG East & Southern Africa Office of Business Development
C/o U.S. Consulate General
1 Sandton Drive
Johannesburg 2196, South Africa
Tel: +27112903264


Please note that questions regarding this position must be submitted in writing to Joyce Ngoh by email (jmngoh@bbg.gov) and received before the deadline of 1500 GMT on July 24th, 2017.
FAR CLAUSES:
The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instructions 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 their ability and experience in providing the required services.
The Government will award a Blank Purchase Award, Firm-Fixed-Price, Non-Personal Services Purchase Order resulting from this RFP to the responsible offeror(s) whose offer conforming to the RFP will provide the best value to the Government, based on technical, past performance, and price. When combined, technical evaluation factors are significantly more important than cost/price. THE FOLLOWING EVALUATION AND PAST PERFORMANCE FACTORS LISTED IN ORDER OF IMPORTANCE MUST BE ADDRESSED IN THE INTERESTED OFFERORS' TECHNICAL AND PRICE PROPOSALS AND THE GOVERNMENT WILL USE THESE FACTORS TO EVALUATE THE OFFERORS' PROPOSALS: 1) The offeror must illustrate its understanding of the requirement and its ability to provide the services stated herein. The offeror shall submit a brief description of its company's business and provide a company point of contact including address, e-mail address, telephone number, fax number and if applicable, the company's web-page address. (2) The Offeror shall have demonstrated past technical qualifications of the proposed advisory services in performing work similar to that set forth in the SOW. The Offeror shall include recent personal references (within the past three (3) years) demonstrating its experience in marketing services under this solicitation to Governmental and/or commercial customers. Examples provided should be of the same and/or similar services specified herein. (Experience) Offerors shall use Attachment B - Past Performance References to submit their past performance references. (Past Performance) and 3) A Separate Price Proposal showing a price breakdown for the services under solicitation. Offerors are cautioned that failure to address each of the above evaluation factors may deem their proposal unacceptable.
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 AWARD.
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 shall 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)
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-Aside (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 Encouraging Contractor Policies to Ban Text Messaging while 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)


Joyce Ngoh, Director BBG East & Southern Africa Office of Business Development, Phone 27112903264, Email jmngoh@bbg.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP