Television Broadcast Lease Miami -CANCELLATION

expired opportunity(Expired)
From: Federal Government(Federal)
951700-18-P-0090

Basic Details

started - 22 Jun, 2018 (about 5 years ago)

Start Date

22 Jun, 2018 (about 5 years ago)
due - 21 Jun, 2018 (about 5 years ago)

Due Date

21 Jun, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
951700-18-P-0090

Identifier

951700-18-P-0090
Broadcasting Board of Governors

Customer / Agency

Broadcasting Board of Governors

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:Jun 11, 2018 3:03 pm (i) 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 is issued as a Request For Proposal (RFP) and a contract will be awarded using the contracting by negotiation procedures in FAR Subpart 12.6.(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-98, dated May 31, 2018.(iv) This is a total small business set aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 515120 and the small business size standard is $38.5M(v). The Contractor shall provide the Contract Line Items as shown in the uploaded Item Description Pricing.(vi.) The Broadcasting Board of
Governors, International Broadcasting Bureau (BBG/IBB), Office of Contracts (CON) located in Washington, D.C. anticipates a need to lease broadcast time from one or more Spanish Language Television (TV) Broadcasters in the Miami, Florida market area. The Contractor's signal shall be supported on the local channel service of DirecTV and Dish TV in the Miami, Florida market area. The objective in leasing these specific broadcast services is to take advantage of the direct-to-home services from the BBG's south Florida satellite footprint to reach a potential audience in Cuba. This audience is needed by the Office of Cuba Broadcasting (OCB) also located in Miami, Florida, for its TV Marti programming.The Contractor must provide a proposal to offer broadcast time of 30 and/or 60 minutes per day, Monday - Friday (to be priced in half hour blocks) as required by the OCB, at during the hours of 6:00 a.m. - 11:00 p.m. Monday - Friday.OCB may also need a half hour to an hour block of time (to be priced in half hour blocks) on Saturday and/or Sunday during the hours of 5:00 p.m. - 11:00 p.m. The final time slots selected (from one or more broadcasters) will be subject to the availability of funding, and the availability of broadcast time for purchase.The Contractor will identify in its proposal the time slot(s) available and cost of each proposed half hour. Depending upon the availability of funding, OCB will select the proposed available time slots within the OCB specified timeframes, commensurate with lowest priced technically acceptable (LPTA) proposals.The Contractor may broadcast its own station announcements before or after OCB programs, but not within OCB programs. Station announcements shall be limited to station identifications. There shall be no political advertising immediately before or after the OCB-provided programming. Station announcements before or after OCB programming shall adhere to all Federal Communications Commission (FCC) standards and contain no lewd offensive or sexual content.(vii) The base period of performance is July 1, 2018 through December 31, 2018, with two six month option periods from January 1, 2019 through June 30, 2019, and July 1, 2019 through December 31, 2019.(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 in response to this solicitation. The Contractor shall demonstrate the ability and experience in providing the required services in accordance with the Statement of Work.Contractor qualifications shall include but are not be limited to: a) prior experience as a broadcast channel service provider; b) demonstration of successfully providing uninterrupted broadcast services, currently being accomplished in such a manner as to ensure acceptance by its customers; and c) sufficient personnel and equipment to air OCB's programming available to comply with all contract requirements.Interested Contractors must provide in their proposal a narrative about how they will address security requirements (i.e. unauthorized access and airtime interruptions), licensing or miscellaneous agreements, a list of similar projects with the same or like requirements, and the names, address, telephone number(s), and email addresses of references who have direct knowledge of the Contractor's skills and experience in the industry of broadcasting.Offerors responding to this solicitation shall submit the following items to the Contracting Officer:[1] A detailed narrative of the Offeror's ability to meet and or exceed the Government's service requirements as identified in the Contractor's proposal. The Contractor shall provide specific information on any signal-processing the OCB programming, prior to its uplink. The uplinked OCB program signal to DirecTV and/or Dish TV shall meet or exceed the MPEG2/DVB commercial standard. The Contractor must also provide a day-to-day operational point of contact and contact information in the event there is an extensive problem that requires escalation of higher level managerial attention.The Contractor shall receive the Office of Cuba Broadcasting (OCB) transmissions through Beers Enterprise Inc., doing business as The Switch (http://www.theswitch.tv/). The Switch provides video switching and local fiber circuit services in the United States, the United Kingdom, and Canada. It offers local routing/ports, local fiber circuits, and long haul fiber transmission/inter-city on demand services. The Switch establishes terrestrial fiber optic facilities from the OCB Miami facility (4201 NW 77th Avenue Miami, FL 33166) to their DirecTV satellite transmission uplink facility at their own cost. Any/all ancillary equipment or devices associated with this connectivity shall be the responsibility of the service provider/awarded Contractor.[2] In support of your technical capability, past performance information (within the last 3 years from date of this notice) and relevant contracts for similar services will be reviewed. The Contractor must include a summary of the related contract/service provided, a list of references including contract numbers, names of the point of contact with telephone numbers, email addresses and other relevant information shall be submitted; and[3] A fully burdened price in English and United States dollars, as specified on the Price Schedule sheet uploaded to the FedBizOpps with this combined synopsis/solicitation.(ix) The Government will award a Firm-Fixed-Price contract resulting from this RFP to the responsible Offeror or Offerors whose proposal conforms to the Government's requirements based on Lowest Price Technically Acceptable (LPTA). Cost/price is more important than Technical and Past Performance. When combined, both Technical and Past Performance factors are equal. The following factors shall be addressed in the offeror's Technical Proposal and Past Performance and shall be used to evaluate proposals:FACTOR 1 - PRICEA separate Price Proposal showing the price for broadcasting air-time shall be included in increments of a half hour. Pricing shall be noted in English, rounded to the nearest dollar amount.FACTOR 2 - TECHNICALCapabilities Statement/ Contractor Qualifications - The Offeror shall provide a description of their organization and its demonstrated capabilities in performing the service requirement and schedule. The Offeror will also identify their specific channel assignment on each of the direct-to-home satellite services utilized in the local Miami market area. The Offeror will provide an estimate of the potential audience in Cuba that could be reached through the spillover of the south Florida satellite footprint. The estimate should be based upon factual evidence and may be subject to validation through comparison with available agency or independent audience research data.FACTOR 3 - PAST PERFORMANCEPast Performance - The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement within the last five (5) years of the date of this Solicitation. Offerors shall provide the names of three (3) clients and the following information:(i) client's name and address, and name, email and telephone number of contact person;(ii) dollar amount of the contract;(iii) term of the contract; and(iv) brief description of the work performed.Pursuant to FAR 12 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 will not be evaluated favorably or unfavorably on past performance;GENERAL INFORMATION(x) The Offeror's submission must also include their DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address.The Contractor must be registered and active in System Award Management (SAM) at website: https://www.sam.gov/portal/public/SAM).If you do not have a DUNS, CAGE, or NCAGE, first register for DUNS at https://iupdate.dnb.com/iUpdate/viewiUpdateHome.htm. Next, register for NCAGE or CAGE at http://www.dis.dia.mil/Forms/Form_AC135asp the instructions for U.S. based organizations will take you tohttps://www.sam.gov/portal/public/SAM).The successful Offeror will be required to register with the Invoice Processing Platform (IPP) https://www.ipp.gov/agencies/news-agencies.htm, before submitting their first invoice.(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:AUTHORIZED REPRESENTATIVE OF THE CONTRACTING OFFICER: The Contracting Officer will appoint by letter a Contracting Officer Representative (COR), who will have the responsibility of ensuring that the service 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 AR/CO 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.(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; 52.223-18 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-Central Contractor Registration (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: 52.232-18 Availability of Funds and 52.237-3 Continuity of Services; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract.(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.(xv) Notice of Delay- If the event the Contractor becomes aware of a potential delay, the Contractor shall immediately notify the Contracting Officer and COR by via email. Such email shall include the nature of the delay and whether it will have any impact (positive or negative) on the Contract.(xvi) There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. NOTE: See government-wide numbered notes 13 and 25.(xvii) Failure to provide any of the above-required CLIN may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). 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 to agray@bbg.gov and jacobacosta@bbg.gov. Written questions must be submitted by 11:00 a.m., Eastern Standard Time (ETA) on June 14, 2018.Proposals are due to the Contracting Officer Mr. Jacob Acosta and the Contract Specialist, by submission of email before 1:00 p.m., Eastern Standard Time (ETA) on Monday, June 21, 2018.(xviii) Email Contact Mr. Jacob Acosta, Contracting Officer jacobacosta@bbg.gov and Ms. Amber Gray, Contract Specialist, agray@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.Added:Jun 19, 2018 10:12 am Statement of Work attachment uploaded for the lease of broadcast air-timeAdded:Jun 22, 2018 12:10 pm THE BBG HAS OPTED TO CANCEL THIS REQUIREMENT. NO CONTRACT WILL BE AWARDED FOR THIS ACTION.

330 Independence Avenue, SW Suite 4360 Washington, District of Columbia 20237 United StatesLocation

Place Of Performance : 330 Independence Avenue, SW Suite 4360 Washington, District of Columbia 20237 United States

Country : United StatesState : District of Columbia

You may also like

Pt24/012

Due: 21 May, 2024 (in 25 days)Agency: Department of Public Works

Pt24/011

Due: 14 May, 2024 (in 18 days)Agency: Department of Public Works

Pt24/003

Due: 07 May, 2024 (in 11 days)Agency: Department of Public Works

Classification

NAISC: 541890 GSA CLASS CODE: G