Saturday, September 12, 2015

OCBSatire


via DW

fbo.gov



image from

Q-15-826-OCBSatire
:
Combined Synopsis/Solicitation
:
Added: Aug 27, 2015 9:59 am
Title: PURCHASE ORDER NON-PERSONAL SERVICE
Synopsis:
This solicitation announcement, BBG50-Q-15-826-OCBSatire is prepared and posted in accordance with Federal Acquisition Circular (FAC) 2005-83, Effective 03 Aug 2015. (FAR) Subpart 5.1 to notify potential Offerors for a competitive request for quote solicitation, issued by the Broadcasting Board of Governors, International Broadcasting Bureau (BBG/IBB).
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and Subpart 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Request For Quotes (hereinafter RFQ) are being solicited and a written solicitation will not be issued.
(ii) This solicitation is issued as a RFQ
Under solicitation number FBO NOTICE BBG50-Q-15-826-OCBSatire for Non-Personnel Service. The award will be made using Simplified Acquisition Procedures in accordance with FAR Part 13.
(iii) This RFQ incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-82, Effective 07 May 2015. The results of this requirement will be a firm fixed priced (FFP) Purchase Order with a Base Term and option for increased quantity.
(iv) This procurement is being issued as a 100% small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 711510, with a small business size standard of $7.0 M.
(v). There will be one Contract Line item (CLIN) for ten(10)episodes in the base period with no guaranteed minimum quantities purchased beyond the Base Period.
STATEMENT OF WORK (SOW)
The Broadcasting Board of Governors (BBG), an independent federal agency, is a fast-moving, multi-cultural organization that encompasses all U.S. civilian international broadcasting. The BBG is comprised of the Voice of America, which delivers high quality, multimedia programming in 44 languages to audiences worldwide; the Office of Cuba Broadcasting (Radio and TV Marti); the International Broadcasting Bureau, which provides transmission, administrative, and other support service; and three grantee organizations - Radio Free Europe/Radio Liberty; the Middle East Broadcasting Networks (Alhurra TV and Radio Sawa), and Radio Free Asia.

[JB highlight]The Office of Office of Cuba Broadcasting (OCB) has a requirement for exclusive, non-transferrable license and rights for a Cuban satirical variety & comedy sketch show for inclusion into its programming. The format will be a 30 minute, scripted satire preferably by a team with a demonstrated ability to engage and entertain audiences in Cuba, and a popular following inside the Island. The OCB requirement is for ten shows (one 30 minute show per week for a total of ten weeks). These skits must be able to parody public figures, politicians, government officials, entertainers, as well as recognizable members of Cuban civil society groups who are active in the political and civil sphere and widely known throughout the Island. 
Each skit should ideally be comprised of 3 segments with accompanying commercial breaks followed by a formal close. Total running time between 26-30 minutes. 
These parodies must be uniquely funny, ironic, satirical and entertaining to a wide cross-section of the Cuban population. 

Specific User Rights sought in order to license content for distribution to Cuba:
1. Satellite rights: i.e., the rights to transmit the program(s) via Agency satellites, as an integral part of the Agency's regular Spanish language programming.
2. Broadcast rights: to deliver the program(s) and the music contained therein (if any) in the following ways: Satellite television and radio, DVD, Internet, and other digital distribution platforms.
3. Reproduction rights: The right to duplicate program(s) solely for the purpose of making Licensee's masters. The Licensee will receive from Vendor/Licensor, broadcast quality master(s), preferably DV25 or DVCAM, with industry standard color bars, 16:9 aspect ratio, split track audio, and countdown.
4. Educational/Screening Rights: The right to conduct non-theatrical, non-commercial video projection screenings of the program(s) before audiences at U.S. government premises.
5. Excerpting Rights: Licensee shall have the right to review each episode upon its receipt, and shall request that Licensor make cuts or edits to the Program content solely for the purposes of either (i) editing any inappropriate content which may be deemed vulgar, indecent, or offensive, or (ii) technical or timing reasons or (iii) in the event that in Licensee's good faith determination, such content may violate the law, or expose Licensee to legal action, which request shall be in writing, shall contain the reason for such requested edits, and shall also contain specific instructions regarding the items to be edited (the "Edit Notes"). In the event that, upon Licensee's such request, Licensor refuses or is unable to make such cuts or edits and return the edited Episode(s) no later than thirty (30) calendar days, The Licensee shall have the right to make such cuts or edits to the Programs, but solely to the extent stated in the Edit Notes. Licensee has the right to create excerpts of program(s) for broadcast, and for promoting and advertising the exhibition of the Programs. Licensor shall edit and provide such excerpts to be used for such purposes. Licensee shall not edit or modify the Programs in any other manner or for any other purpose without first (i) providing Licensor the opportunity to make such edits, or (ii) obtaining Licensor's written consent.
6. Abridgement Rights: Licensee has the right to shorten the program(s) to fit an abbreviated broadcast time slot as per the terms.
7. The right to acquire one copy of the music cue sheets (if any) an/or dialogue script(s), at no additional cost.
8. The Licensee may not sell or provide individual Programs to any source. None of the above-mentioned rights in any way limits or extinguishes the copyright protection of the Licensor
9. The Licensor warrants that it has the authority to grant the Agency the rights as stated above, and that no additional clearances would be required for the Agency described use of the Program(s)
10. All other rights of every kind in and unto the Programs are reserved unto the Licensor except as specifically set forth above.
(xv) Quote Submission:
Interested independent Contractor(s)/Vendor(s), who are capable of providing these services, should submit an offer which identifies your capabilities as noted below. The Contractor shall demonstrate the ability and experience in providing the required services.
•(a) Submission of offer:
Submit a signed and dated offer to the office specified in this RFQ at or before the exact closing time. 
At a minimum, offers must include:
(1) A cover page that includes the name, physical and email addresses, and telephone number of the Offeror; the RFQ number; DUNS number and Commercial and Government Entity (CAGE) code; or NATO Cage Code (NCAGE) number on your quote; Submittal time which should be before or at the time specified in the RFQ
YOU MUST HAVE AN ACTIVE SAM REGISTRATION TO BE CONSIDERED FOR THIS REQUIREMENT UNLESS YOU ARE EXEMPT.
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 US based organizations will take you tohttps://www.sam.gov/portal/public/SAM). 
Please select "Emergency" for Block 5 "PRIORITY/PRIORITE";
(2) A DVD or video link with samples of Comedy sketches and/or prior work in scripted satire
(3) Offerors shall limit their response to six (6) or less pages.
Pages shall include:
•(a)Technical: (Resume/Curriculum Vitae) no more than two (2) pages
•1. Should evidence the Offeror's pertinent past performance in producing scripted satire
(b) Past Performance no more than three (3) pages.
1. Should include recent and relevant past experience for the same or similar relevant services and other references with relevant information (i.e. dates, locations, Points of Contact information, contract numbers, scope of work etc.) to make any inquiry/validation a quick and easy process. 
(c) Pricing on a page by itself no more than one (1) page
•1. Quote that states the Offerors's proposed fixed price for ten 30 minute shows to be delivered over a period of ten weeks (one show per week). 
•2. Price(s) for all of the Contract Line Item Number (CLIN) shall be in the English language and in United States Dollars (USD)
All Requests for Quote as well as inquiries should be sent electronically, to Malita Dyson mdyson@bbg.gov
NO PHONE CALLS WILL BE ACCEPTED
(4) Prices for listed CLIN(s) shall be in the English language and in USD.
(5) Acknowledgment of receipt of Amendments to Request for Quote (if applicable);
(6) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for one hundred and fifty (150) calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
(7) In the event Offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications - Commercial Items) with their offer. This provision can be found at the following website https://www.acquisition.gov/Far/; if requested by an Offeror, a copy of FAR subpart 52.212-3 will be provided by the Contracting Officer.
52.212-2 Evaluation - Commercial Items,
(ix) Evaluation - Commercial Items (Jan 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforms to the RFQ and will be most advantageous to the Government. Price and other factors are also considered. The following factors shall be used to evaluate offers:
EVALUATION FACTORS:
(Evaluation Factors are used to determine the competitive ranking of qualified Offerors in comparison to other Offerors. The factors are listed in priority order from highest to lowest).
The Government will award a Commercial Items, Firm-Fixed-Price, Non-Personal services Purchase Order with Option for increased quantity (subject to the availability of funds) resulting from this RFQ to the responsible Offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on :
The evaluation factors that will be used to determine award will be (1) technical capability, to include a resume that meets the qualifications listed in the Statement of Work (SOW) Requirements paragraph with experience producing scripted satire, and preferably reflecting a demonstrated ability to engage and entertain audiences in Cuba, and with a popular following inside the Island; and a DVD or video link with samples of comedy sketches/shows. (2) Past performance, and (3) price. For past performance Vendors shall provide information demonstrating their experience providing the same or similar relevant services within the past three years. The Government reserves the right to obtain and use past performance information from sources other than those listed in the quote, to include prior dealing with the government and personal knowledge of the company. All evaluation factors other than price, when combined, will be evaluated as significantly more important than price.
Basis for Award:
The procurement is being conducted under FAR Subpart 13. 
Best value is defined as the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101.
The Government reserves the right to make a selection based upon the initial quote submissions so the Offeror should submit its best terms in the initial quote. The Government may also determine to make no award.
A single vendor/contractor will be selected who is deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution.
All questions regarding this RFQ should be submitted by email to 8 September 2015, and are due by 14 September 2015 Eastern Standard Time (EST) at 3:00 p.m.
Responses to questions will be provided no later than 10 September, 2015.
Pursuant to FAR 15.305(a) (2) (iv), 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 may not be evaluated favorably or unfavorably on past performance, and
(x) 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 CONTRACT AWARD.


:
330 C Street, SW, Room 4300
Washington, District of Columbia 20237
United States 
:
Office of Cuba Broadcasting
4201 NW 77th Avenue
Miami, FL 33166
Miami, Florida 33166
United States 
:
Malita Dyson,
Contract Specialist
Phone: (202) 382-7204
Fax: (202) 382-7877
:
Herman Shaw,
Contracting Officer
Phone: 202-382-7856
Fax: (202) 382-7854
  

No comments: