The RFP Database
New business relationships start here

RFERL Radio SSL and VOA TV Serbian



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

Document Type:        Combined Synopsis/Solicitation
Solicitation Number:        BBG-73-R-17-0024
Posted Date:            March 20, 2017
Original Response Date:        April 7, 2017

Product or Service Code:    D309 - IT and Telecommunications - Information and Data Broadcasting or Data Distribution


Set Aside:    N/A
NAICS Code:    515111 / 515120


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 combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 document will not be issued. A contract will be awarded using simplified acquisition procedures in FAR Part 13.5.
(ii) Solicitation No. BBG-73-R-17-0024 is issued as a request for proposals (RFP).
(iii) The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-095 effective January 13, 2017.
(iv) This acquisition is unrestricted. The associated North American Industrial Classification System (NAICS) code for this procurement is 515111 / 515120, with a small business size standard of $38.5 million.
(v) The Broadcasting Board of Governors is seeking a multicity TV and Radio Provider to provide the services described in (vi) and (vii) below.
(vi) The Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Office of Strategy and Development (OSD) in Prague, Czech Republic, is seeking an Offeror that is a news radio and TV Provider (hereinafter "Provider") with multicity coverage in Bosnia and Herzegovina that has a reputation for rebroadcasting respected, credible news programming and that has the ability to reach a significant portion of the Bosnia and Herzegovina population.


The Provider shall broadcast the Radio Free Europe/Radio Liberty's (RFE/RL's) Radio Regional program from Monday to Saturday at 1900-1930 with its repeats at 0400-0430 from Monday to Friday local time and Voice of America's (VOA's) TV Serbian program from Monday to Friday at 0000-0030 local time with the broadcast airing not varying more than two minutes from the aforementioned times.


Samples can be found here:
http://www.glasamerike.net/t/114.html?s=79896
https://web.archive.org/web/20160320003520/http://www.rferl.org/howtolisten/SC/ondemand.html

BBG is solely responsible for the content of all BBG provided programming is authorized to produce program in any way it sees fit, so long as it does not violate the laws of the Bosnia and Herzegovina.


The Provider shall broadcast the program in its entirety, without alteration, abridgement or excerption. However, the Provider (offeror) shall have the right to determine whether the program is in accordance with the laws of the Bosnia and Herzegovina.


BBG's programing feeds will be transmitted by BBG via satellite or Internet/File Transfer Protocol (FTP). The technical details of the transmission to the Provider as well as the programming feeds transmission times will be mutually agreed upon post award.


The Provider shall identify points of contact to discuss with BBG in advance of any planned alteration of the program's scheduled broadcast airing playback or other technical or administrative issues.


(vii) The anticipated award date under this Solicitation is July 1, 2017. Duration of this proposed award shall be twelve (12) months ending June 30, 2018. The Place of Performance for the services will be performed at the contractor's facility/site.


(viii) The provision at FAR Subpart 52.212-1 (Instructions to Offerors - Commercial Items) applies to this acquisition.
(ix) The provision at FAR Subpart 52.212-2 (Evaluation of Commercial Items) 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 Solicitation 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 - 5 years minimum in broadcasting TV and Radio programs,
b.     Capability - to reach "mass audiences" located in Bosnia and Herzegovina. Mass audiences are defined as the potential to reach a significant portion of the Bosnia and Herzegovina population. The selected vendor shall be a station with multicity coverage in Bosnia and Herzegovina in the following cities: Bijeljina, Bratunac, Cer, Derventa and Prnjavor, Doboj Jug, Gucevo, Modric, Modrica and Derventa, Ozren, V.Zep, H.Pijesak, Visegrad, Vlasenica, Zepa.



Price (for the base period)
•    Base Period: July 1, 2017 - June 30, 2018
The Government shall select the awardee based upon the evaluation of the offeror's price and technical acceptability. The non-cost evaluation factors are all of equal importance. Thus, the failure to meet any one of the technical factors will prelude award to the offerors submitting the proposal.
The government shall choose the lowest -priced and technically acceptable offer for award.
Rejection of Unrealistic Offers:
The Government may reject any proposal that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, or unrealistically high or low in cost/price when compared to Government estimates, or are unbalanced, such that the proposal is deemed to reflect an inherent lack of ability to distribute the programming.
(x) Offerors shall submit a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items with its proposal which is completed by registering in the System for Award Management (SAM) website at: https://www.sam.gov/portal/public/SAM/. This provision can be found at the following website: https://www.acquisition.gov/; if requested by an Offeror, a copy of FAR Subpart 52.212-3 can be obtained by contacting the Contracting Officer. Offerors must be registered in SAM prior to award.


(xi) FAR 52.212-4, "Contract Terms and Conditions-Commercial Items applies to this acquisition with addendum to the clause.
(xii) 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: FAR 52.217-8 Option to Extend Services (Nov 1999); FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.232-18 Availability of Funds (Apr 1984); and52.225-25 Prohibition on Contracting with Entities Engaging Certain Activities or Transactions Relating to Iran-Representation and Certifications (Oct 2015); 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013); and 52.233-2 Service of Protest (Sept 2006).


 


 


(xiii) PAYMENT AND BILLING: Payment from BBG shall be in arrears in United States Dollars (USD), net 30 days upon proper invoice. The broadcast fee to be paid to the Provider shall be reduced for failure to broadcast the BBG provided programs. No invoices shall be paid for the period when the Provider (contractor) does not broadcast the provided programs.


(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) All offerors shall submit the following: (i) One technical Proposal which addresses the technical factors described and one price proposal. The technical and price proposals must be submitted separately. No price information should be contained in the technical proposal.
To facilitate the award process, all proposals must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."


SUBMISSION OF PROPOSALS: Documents submitted in response to this Solicitation must be fully responsive to and consistent with the requirements of the solicitation. Failure to comply with all the requirements of the solicitation 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 Friday, April 7, 2017 at IBB-Prague, Vinohradska 159a, Prague 10, The Czech Republic or via email to: atgartne@bbg.gov and porkertovad@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 March 31, 2017 to either Adam Gartner, Overseas Contracting Officer at atgartne@bbg.gov or Dominika Porkertova at porkertovad@bbg.gov. Questions which are submitted after 1:00 p.m. EDT on Friday March 31, 2017, will not be addressed. Responses to the questions submitted, in accordance with the aforementioned instructions will be via an amendment to the Solicitation only, which will be posted to FEDBIZOPPS (www.fbo.gov).
(xvi) Points of Contact: Adam Gartner, Overseas Contracting Officer at atgartne@bbg.gov or via phone +420 221 123 773. Dominika Porkertova at porkertovad@bbg.gov or via phone +420 221 123 780.


Adam Gartner, Phone 420221123773, Email atgartne@bbg.gov - Dominika Porkertova, Phone 00420221123780, Email porkertovad@bbg.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP