Expert Services for VOA trainers/Super Users on best practices for core DALET functions

Solicitation Number: BBG50-R-09-0002
Agency: Broadcasting Board of Governors
Office: Director, Office of Contracts
Location: Office of Contracts (M/CON)
  • Print
:
BBG50-R-09-0002
:
Combined Synopsis/Solicitation
:
Added: Jan 07, 2009 4:25 pm

This
Combined Synopsis/Solicitation was prepared by the U.S. Broadcasting Board of
Governors (BBG), International Broadcasting Bureau (IBB) pursuant to Federal
Acquisition Regulation (FAR) Subpart 12.603 [Streamlined Solicitation for
Commercial Items] to include the following additional information: 


(i)              This is a combined synopsis/solicitation for commercial items prepared in
accordance with the format of 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 Number BBG50-R-09-0002 is issued as a request for proposal (RFP),
that will result in a single award of a firm-fixed-price contract using FAR
Part 13 [Simplified Acquisition Procedures] procedures for expert services to
assist VOA in the creation and integration of a workflow by advising and
training VOA trainers/Super Users on best practices for core DALET
functions. 


(iii)          This is a combined synopsis/solicitation document and the incorporated
provisions and clauses are those in effect through Federal Acquisition Circular
(FAC) 2005-028 dated December 12, 2008. 


(iv)          The Contracting Officer (CO) has found and determined that the nature of
the supplies to be provided is appropriate for an "unrestricted"
procurement in accordance with FAR Subpart 19.502 entitled "Setting Aside
Acquisitions.” 


(v)            The Contractor shall provide the following item - Contract Line-Item
Number (CLIN) No. 1: Assist VOA in creation and integration of a workflow by
advising and training VOA Trainers/Super Users on best practices for core DALET
functions.


(vi)          The CLIN required above is described as follows: CLIN No. 1: Consulting
Services a) Assist VOA in the creation and integration of a workflow by
advising and training VOA trainers/Super Users on best practices for core DALET
functions; b) Teach the Dalet functions and practices needed to implement
Dalet's newsroom management system; c) Support individual work teams at VOA
Washington headquarters to address technical and workflow issues; d) Solve some
technical problems and know when to escalate if needed; e) Assist and make
recommendations in workflow development and implementation during the mock show
production (dates to be determined); f) Provide on-site training during a
specified time period during the launch of Dalet within the Persian Service
through all previously mentioned core functions; and g) Troubleshoot
configurations of Dalet workspaces.  


(vii)        CLIN No. 1 shall be performed via Delivery Orders issued against the
Blanket Purchase Agreement (BPA).  BPA performance
period shall be one base year.  The
annual estimated amount of Delivery Orders is between $100,000 and $250,000.


(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.  The below-stated
technical evaluation subfactors, when combined, are more important than price
in the BBG’s overall evaluation of an Offeror’s proposal.  Past performance (i.e. S
uccessful experience in
working with television producers, writers, and other members of a TV
production team in launching Dalet within a newsroom and Experience with
integration Final Cut Pro and AVID with the Dalet system)
is
required.  In order to help the
Government in its evaluation of past performance, Offerors shall provide at
least three (3) current references with valid telephone numbers of customers
for similar services. 
It should be noted that
VOA teams have already begun work on this effort and therefore, the consultant
will not be required to start at the ground level. 
The technical evaluation subfactors in descending
order of importance are (1) technical evaluation factors (i.e., the strength of
prospective contractors resume/CV, approach to the performance of work) and (2)
price evaluation factors. 


(x)             Offerors shall submit a completed copy of the provision at FAR
Subpart 52.212-3 [Offeror representations and certifications -- commercial items]
with their proposal.  This provision can
be found at the following website:
http://www.arnet.gov/far/; if requested by an
Offeror, a copy of far subpart 52.212-3 can be obtained by contacting the
contracting officer.  


(xi)           FAR Clause 52.212-4 [Contract Terms and Conditions -- Commercial Items]
applies to this acquisition. 


(xii)         FAR Clause 52.212-5 [Contract Terms and Conditions Required To Implement
Statutes Or Executive Orders -- Commercial Items] applies to this acquisition .


(xiii)       The Offeror shall note
that CLIN No. 1 shall be priced on a firm-fixed price basis.  The Contractor’s proposed prices shall
include wages, overhead, general and administrative expenses, and profit.


(xiv)       The
Defense Priorities and Allocations System (DPAS) and assigned ratings are not
applicable to this acquisition. 


(xv)         No numbered notes apply to this acquisition. 


(xvi)       Offerors
shall submit two (2) separate documents (proposals) to the BBG, namely:  (1) a Price Proposal that states: (a) the
Offeror’s proposed firm-fixed-price for CLIN No. 1 and (2) a Technical Proposal
which: contains (a) a Capability Profile (b) the description of how they will
complete the work (c) and past experience/performance information. Proposals
are due by 2:00 p.m. local time on January 16, 2009 at the following address:
Broadcasting Board of
Governors (BBG), Office of Contracts (M/CON), Room 4306, Switzer Building, 330
“C” Street (SW), Washington, DC  20237,
Attention: Ms. Rachel E. Johnson.  Proposals
may be submitted in hard copy format (i.e., in person, U.S. Mail, or Federal
Express or equivalent commercial courier service) or via email.  Offerors should note that proposals
submitted by facsimile will not be considered. 


(xvii)     Information regarding this
combined synopsis/solicitation can be obtained by contacting the Contracting
Officer, Ms. Rachel E. Johnson, at (202) 205.0388, or via e-mail at
rjohnson@ibb.gov.  Any Offeror may
submit an offer, which shall be considered by the BBG. 


 

Please consult the list of document viewers if you cannot open a file.

Statement of Objectives (Attachment)

Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Label:
Statement of Objectives (Attachment)
Posted Date:
January 7, 2009
Description: Attachment: Statement of Objective with more details of consulting service

Amendment 1

Type:
Mod/Amendment
Posted Date:
January 12, 2009
Description: BBG50R090002_Amend 01: QAs and Ques deadline (1/13/09)
:
330 C Street, SW, Room 2500
Washington, District of Columbia 20237
:
330 Independence Ave, SW
Washington DC 20237
Washington, District of Columbia 20237
United States
:
Rachel E Johnson,
Contracting Officer
Phone: 202-205-0388
Fax: 202-260-0855
: