Offerors responses must include it Company Name, Tax[payer Identification Number (TIN), Business Size, Physical Address, and Point of Contact information. All offerors must have an active registrations in the System for Award Management (SAM). www.sam.gov.
This award will use the Lowest Priced Technically Acceptable (LPTA) procedure to make a best value award. The following factors will be used to evaluate offers:
1. Technical Proposal-
a. Must be able to provide national coverage in Israel, with a minimum of one (1) year operating experience
b. Ability to receive and broadcast RFERL and VOA joint program Current Time via Hotbird satellite or via digital stream in Israel
c. Must have at least 5 years minimum experience in broadcasting TV programs
2. Price Proposal-
a. Based upon the lowest total price proposed for the basic requirements
b. If adequate price competition is not obtained or if price reasonableness cannot be determined using price analysis of Government obtained information, additional information in accordance with FAR 15.4 may be required to support the proposed price.
A decision on the technically acceptability of each offer's proposal will be made. For those offerors which are determined to be technically acceptable, award will be made to the offeror who submitted the lowest price overall.
The following Federal Acquisition Regulation (FAR) clauses provision and agency regulations apply to this solicitation:
52.202-1 Definitions (Nov 2013);
52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014);
52.204-7 System for Award Management (Oct 2018);
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015);
52.209-7 Information Regarding Responsibility Matter (Oct 2018);
52.212-4 Contract Terms and Conditions- Commercial Items (Oct 2018);
52.214-34 Submission of Offers in the English Language (Apr 1991);
52.214-35 Submission of Offers in U.S. Currency (Apr 1991);
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (May 2019) applies to this acquisition as detailed below:
a. 52.203-13 Contractor Code of Business Ethics and Conduct (Oct 2015)
b. 52.203-15 Whistleblower Protections under the American Recovery and
Reinvestment Act of 2009 (June 2010) (Section 1553 Pub. L. 111-5
c. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract
Award (Oct 2018) (Pub. L. 109-282)
d. 52.209-6 Protecting the Government's Interest When Subcontracting with
Contractors Debarred, Suspended or Proposed for Debarment
(Oct 2015) (31 U.S.C. 6101 note)
e. 52.219-4 Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011)
(15 U.S.C. 657a)
f. 52.219-8 Utilization of Small Business Concerns (Oct 2018)(15 U.S.C. 644)
g. 52.222-3 Convict Labor (June 2013) (E.O.11246)
h. 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018 )
(E.O.13126)
i. 52.222-26 Equal Opportunity (Sept 2016) (E.O.11246)
j. 52.222-35 Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212)
k. 52.222-50 Combating tracking in Persons (Jan 2010)
(22 U.S.C. chapter 78 and E.O.13627)
l. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
(Aug 2011) (E.O.s 13423 and 13514)
m. 52.239-1 Privacy or Security Safeguards (Aug 1996) (5.U.S.C. 552a)
52.219-8 Utilization of Small Business Concerns (Oct 2018);
52.219-9 Option to Extend Term of Contract (Mar 2000)
52.222-3 Convict Labor (Jun 2003);
52.222-19 Child Labor- Cooperation with Authorities and Remedies (Jan 2018);
52.222-26 Equal Opportunity (Sep 2016) (E.O. 11246);
52.222-35 Equal Opportunity of Veterans (Oct 2015);
52.222-50 Combating Trafficking in Persons (Mar 2015);
52.225-9 Buy America Act- Construction Materials (May 2014);
52.225-14 Inconsistency between English Version and Translation of Contract (Feb 2000)
52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984)
52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018);
52.236-2 Differing Site Conditions (Apr 1984);
52.236-3 Site Investigation and Conditions Affecting the Work (Apr 1984);
52.236-5 Material and Workmanship (Apr 1984);
52.236-21 Specifications and Drawings of Construction (Feb 1997);
52.237-1 Site Visit (Apr 1984);
52.242-14 Suspension of Work (Apr 1984);
Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are:
The addendum is as follows:
1952.232-91 Electronic Invoicing and Payment Requirements - Invoice Payment Platform (IPP) (April 2016)
Payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Payment Platform System (IPP).
"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov
Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice (CO to edit and include the documentation required under this contract):
________________________________________________________________________
________________________________________________________________________
The Contractor must follow the instructions on the attached Electronic Invoicing Advisory to enroll, access and use IPP for submitting requests for payment.
If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer.
For assistance in receiving your IPP password, Treasury toll free customer service is available Monday through Friday from 8:00 am - 6:00 pm at 866-973-3131 and their email address is [email protected].
End of Clauses and Provisions
The written response received from interested vendors shall provide sufficient detail to allow for an evaluation by the Government without the need for submission of additional information. Offerors responses must be in the English language. The price proposal must be submitted in U.S dollars. The written response must be submitted via e-mail to [email protected] with the solicitation number in the subject line by 12:00 PM (EST), Thursday, June 13, 2019. ALL ATTACHEMENTS MUST BE SENT IN "PDF FORMAT" NOT TO EXCEED 23MB. Telephone or faxed responses are NOT acceptable and will NOT be considered.
Any questions regarding this solicitation shall be submitted by 12:00 PM (EST), Monday June 3, 2019 via e-mail to mdyson@usagm,gov. Please note that all questions and responses will be posted for FBO.