The RFP Database
New business relationships start here

RFERL Armenian



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

Number: 95T813-18-Q-0012
Posted Date: December 4, 2017
Original Response Date: December 19, 2017
Product or Service Code: D399 -  IT and Telecommunications - Information and Data Broadcasting or Data Distribution
Set Aside: N/A
NAICS Code: 515111
Contracting Officer Address:
Broadcasting Board of Governors (BBG)
Attn: Adam Gartner, Overseas Contracting Officer
330 Independence Avenue, SW Suite 4360
Washington, DC 20237
United States of America
Description
(i) This is a Statement of work for commercial items. A contract will be awarded using simplified acquisition procedures in FAR Part 13.5. 
(ii) 95T813-18-Q-0012 is issued as a request for quotation (RFQ) under FAR 13.5.   
(iii) This acquisition is unrestricted.  The associated North American Industrial Classification System (NAICS) code for this procurement is 515111, with a small business size standard of $38.5 million.
Statement of Work:
(iv) The Broadcasting Board of Governors is seeking a multicity radio station in Armenia the services described in (v) and (vi) below. 
(v) The Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Office of Strategy and Development (OSD) in Prague, Czech Republic, is seeking a multicity radio station in Armenia to broadcast RFE/RL radio program from Mon-Fri at 0900-0915, 1500-1520 and Mon-Sat 1900-2000 local time.
Samples can be found here: https://rus.azatutyun.am/
BBG is solely responsible for the content of all BBG provided programming and is authorized to produce program in any way it sees fit, so long as it does not violate the laws of Armenia.  
The Provider shall supply all personnel, equipment, and transmission services to receive and deliver RFE/RL programs in Armenia in its entirety, without pre-emption, alteration, abridgement or excerption.  However, the Provider shall have the right to decline to run the BBG content, so long as BBG is notified in advance of the intent and reason, and may recommend changes to program format or content.  No alterations shall be made, however, without the prior written agreement of the Contracting Officer (CO), the Contracting Officer’s Representative (COR). 
The Provider will only be paid for the original airings of RFE/RL programs that are run to from start to completion and to the satisfaction of the BBG.
The Provider shall inform the BBG in advance of any planned alteration of the program's scheduled broadcast airing or other technical or administrative issues post award. The Provider and the BBG shall provide each other with point of contact information for notification purposes.
The BBG will transmit the programming to the Provider via satellite, Internet/File Transfer Protocol (FTP), or other means. The technical details of the transmission to the network(s) and feed transmission times will be mutually agreed upon after contract award- once a Provider is selected by the BBG. 
(vi) The anticipated award date under this RFQ is January 28, 2018. Duration of this proposed award shall be twelve (12) months ending January 27, 2019. The Place of Performance for the services will be performed at the contractor’s facility/site. 
(vii) The Federal Acquisition Regulation (FAR) provision 52.212-1 Instructions to Offerors – Commercial Items (JAN 2017) applies to this acquisition. FAR provisions and clauses may be obtained from the Internet Wed address at: http://acquisition.gov/far/index.html. Interested Offeror(s) should submit a proposal identifying capabilities as instructed in paragraph (ix) below.
(viii)  The provision at FAR Subpart 52.212-2 Evaluation of Commercial Items (OCT 2014) is hereby incorporated by reference into this combined synopsis/solicitation and the following evaluation procedures will be used for this acquisition.  FAR provisions and clauses may be obtained from the Internet Web address at:  https://www.acquisition.gov/. This requirement will be evaluated on lowest price/technically acceptable as follows:
 BASIS FOR AWARD
This procurement will utilize the Lowest Price Technically Acceptable (LPTA) source selection procedures. This is a competitive LPTA Solicitation in which price is the most important factor. By submission of its offer, the Offeror accepts all requirements, including terms and conditions, representations and certifications, and technical requirements.  All technically acceptable offerors shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. 
The Government reserves the right to make a selection based upon the initial proposals submissions and make award without discussions -the offeror should submit its best terms in the initial proposal. 
For the purpose of award, the government shall evaluate offers based on the evaluation factors described below:
(i) Technical Proposal
a. Experience – 3-years minimum in broadcasting Radio programs,
b. Capibility – to reach “mass audiences” located in Armenia. Mass audiences are defined as the potential to reach a significant portion of the Armenian population. The selected vendor shall be a station with coverage in Armenia. 
 (ii)Price (for the base period)
Using Attachment A, The Provider shall submit Price schedule for the base period. 
• Base Period: January 28, 2018 – January 27, 2019
The Government reserves the right to make a selection based upon the initial proposal submissions and make award without discussions with Offerors. The Offeror should submit its best terms in the initial proposal. 
(ix)  FAR 52.212-4, “Contract Terms and Conditions–Commercial Items applies to this acquisition with addendum to the clause.  
(x) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this solicitation by reference and the proposed subsequent contract as well as the following clauses contained in FAR clause 52.212-5:  
_X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 
_X_ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
        _X (ii) Alternate I (MAR 2015) of 52.222-50 (22U.S.C. chapter 78 and E.O. 13627).
 _X_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 
_X_ (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 
_X_ (54) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). 
Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)
FAR 52.202-1 Definitions (NOV 2013)
FAR 52.203-3 Gratuities (APR 1984)
FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (APR 2014)
52.204-13 System for Award Management Maintenance (OCT 2016)
52.209-7 Information Regarding Responsibility Matters (JUL 2013)
52.217-8 Option to Extend Services (NOV 1999)
52.225-17 Evaluation of Foreign Currency Offers (FEB 2000)
52.222-56 Certification Regarding Trafficking in Persons Compliance Plan (MAR 2015)
FAR 52.225-25 Prohibition on Contracting with Entities Engaging Certain Activities or Transactions Relating to Iran—Representation and Certifications (Oct 2015);
52.232-18 Availability of Funds (Apr 1984)
52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)
52.233-1 Disputes (MAY 2014)
52.233-2 Service of Protest (Sept 2006)
 (End of clause)
(xi) In consideration of the transmission services outlined in the final contract, BBG will pay the Network Provider on a monthly or quarterly basis, subject to mutual agreement.  These payments will be in arrears, within thirty (30) calendar days, upon presentation of a proper invoice.  The Network Provider shall provide invoices at the end of each period for services provided during the preceding period.  A “proper” invoice as outlined in FAR 32.905 shall include:
 (i) Name and address of the Network Provider.
(ii) Invoice date and invoice number. (Network Provider should date invoices as close as possible to the date of mailing or transmission.)
(iii) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number).
(iv) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed.
(v) Shipping and payment terms (e.g., shipment number and date of shipment, discount for prompt payment terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading. 
(vi) Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment).
(vii) Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice.
(viii) Taxpayer Identification Number (TIN). The contractor must include its TIN on the invoice only if required by agency procedures. (See 4.9 TIN requirements.)
(ix) Electronic funds transfer (EFT) banking information.
(x) Any other information or documentation required by the contract (e.g., evidence of shipment). 
Such invoice shall accurately reflect the actual number of original airings of the RFE/RL program the Provider provided (and the cumulative duration of broadcast time during the period being billed), the Total price for each original airing of the RFE/RL program, and the extended price for the original airings of the RFE/RL program and shall be transmitted by E-mail (PDF format only) to the Contracting Officer’s Representative (COR) of the Contracting Officer – listed as the “Administrative Contact” on the Contract Agreement.  All invoices shall be clearly typed in English and include a unique invoice number for reference purposes. All invoice payments made by the BBG will be in accordance with the U.S. Government’s “Prompt Payment Act.”
 (xii) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. 
SUBMISSION OF PROPOSALS: Documents submitted in response to this RFQ must be fully responsive to and consistent with the requirements of the RFQ.  Failure to comply with all the requirements of the RFQ may result in the offer being considered unacceptable for award.  
Proposals  shall be received not later than 12:00 pm Eastern Daylight Time (EDT) on Tuesday, December 19, 2017 at IBB-Prague, Vinohradska 159a, Prague 10, The Czech Republic or via email to: atgartne@bbg.gov and stikovam@bbg.gov. No FAX PROPOSALS WILL BE ACCEPTED. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Offers will not be accepted from agents; from principals only.
Any questions or concerns regarding this Solicitation shall be submitted via email  by 1:00 EDT PM Friday December 15, 2017  to either Adam Gartner, Overseas Contracting Officer at atgartne@bbg.gov or Marketa Stikova at stikovam@bbg.gov. Questions which are   submitted after 1:00 p.m. EDT on Friday December 15, will not be addressed.  
(xiii) Points of Contact: Adam Gartner, Overseas Contracting Officer at atgartne@bbg.gov or via phone +420 221 123 773. Marketa Stikova at stikovam@bbg.gov or via phone +420 221 123 777. 

Adam Gartner, Phone 420221123773, Email atgartne@bbg.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP