due today

USAGM Customized Voice Training

From: Federal Government(Federal)
IQI504-24-IQ-00001

Basic Details

started - 29 Apr, 2024 (Yesterday)

Start Date

29 Apr, 2024 (Yesterday)
due - 30 Apr, 2024 (Today)

Due Date

30 Apr, 2024 (Today)
Bid Notification

Type

Bid Notification
IQI504-24-IQ-00001

Identifier

IQI504-24-IQ-00001
UNITED STATES AGENCY FOR GLOBAL MEDIA, BBG

Customer / Agency

UNITED STATES AGENCY FOR GLOBAL MEDIA, BBG (224)UNITED STATES AGENCY FOR GLOBAL MEDIA, BBG (224)OFFICE OF CONTRACTS (173)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

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.

AMENDMENT 001 Offer due date is extended from Friday, April 19th at 2pm to Tuesday, April 30th 2pm to allow additional time for the Government to respond to questions.Question 1. For Task 1, one-on-one coaching for one hour each, should we plan on the full 15 attendees? This will be a Blanket Purchase Agreement with an initial 15 attendees.Question 2. For Task 2, this calls for small group sessions/workshops, should we plan on 3 small groups of 5 each? Just to confirm that no matter how many attendees are there we will break them up into small groups of 3-5 per group, correct? This is to be determined according to need, but they would be small groups.Question 3. Task 3, Training Plan is to develop a plan based on the scope of work for up to 15 attendees, correct? Correct!Question 4. Frequency of Voice Training Workshop- is this for once a year? I understand that it is a BPA up to 5 years, do you expect to offer this more than once this year? Yes.Question 5. I understand there are 3
locations TBD as a Place of Performance. Can you clarify if 1 task might be offered in Miami and another offered in NY and another offered in DC? Perhaps you are saying that all 3 tasks will be had at one location? Most all training will be done in DC with VOA.This is a Combined Synopsis/Solicitation for commercial products/commercial services prepared in accordance with the format in Federal Acquisition Regulation Part 12, 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. The Contracting Officer is utilizing policies and procedures prescribed in Part 12, Acquisition of Commercial Products and Commercial Services. Solicitation Number 951700-24-R-0018 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses. The United States Agency for Global Media (USAGM) is an agency of the U.S. Government. Contracts with the USAGM are governed by the Federal Acquisition Regulation (FAR). To the extent that any provision of this agreement conflicts with the FAR, the FAR must control. Contractors that can satisfy the requirements referenced in the attached Statement of Work (SOW) are encouraged to submit a proposal. This solicitation is considered total small business set-aside for NAICS code 611430 - Professional and Management Development Training. USAGM’s Office of Workforce Support and Development (OMS/WSD) is seeking a qualified Contractor to provide customized voice coaching for broadcasters at USAGM’s Washington, D.C., headquarters, occasionally at the Office of Cuban Broadcasting (OCB) headquarters in Miami, Florida, and at Voice of America’s New York City Bureau.OMS/WSD requires a Contractor to conduct voice, on-air presentation coaching and group workshops on professional voicing and on-air presentation skills. The Contractor must provide customized one-on-one and group training for Voice of America (VOA), OCB radio and television broadcasters. USAGM requires that the courses are developed and presented by coaches with recent, relevant experience in conducting training to a major multiplatform news media organization, preferably at the national or international level.A single Blanket Purchase Agreement (BPA) will be awarded to the responsible Offeror whose proposal represents the best value to the Government. The Offeror must be registered in the System for Award Management (SAM) database at the time the proposal is submitted. Registration is free and can be completed on-line http://www.sam.gov. Each proposal must clearly indicate the capability of the Offeror to meet the requirements specified in this combined synopsis/solicitation. Please see “USAGM CUSTOMIZED VOICE TRAINING GENERAL REQUIREMENTS” below.CUSTOMIZED VOICE TRAINING GENERAL REQUIREMENTSThe contractor shall provide past performance history that includes a minimum of 3 years of experience as a primary contractor with a professional staff to execute the requirements specified in this Statement of Work (SOW). All staff provided by the contractor shall be either direct employees of the contractor or employees of an approved subcontractor. The primary contractor shall have full responsibility for the contractor and subcontractor staff and shall make direct contact with the Contracting Officer Representative (COR) to ensure that all arrangements are mutually understood concerning any logistical and/or financial arrangements that may impact the USAGM. (Privity of contract will only be with the successful Offeror, not the sub-contractor/third party.)SUBMISSION OF PROPOSAL: All interested parties shall submit with their proposal a detailed breakdown of all costs to include staff/resources, audio/visual equipment and technical support, and any other miscellaneous services and equipment which are necessary for the development and success of custom voice training.Proposals shall be submitted in three (3) separate volumes as follows: Volume 1 - Technical Approach; Volume 2 - Past Performance; and Volume 3 - Price. Pricing must be submitted using the line-item structure in the above Schedule of Supplies and Services of this RFP. A separate attachment may be included in Volume 3 for pricing information on specific line items. Your proposal in response to this solicitation number 951700-24-R-0018 is due April 19, 2024, at 2:00 p.m. ET (Washington, D.C. local time). Proposals will be accepted via e-mail. One (1) electronic copy of the quotation must be submitted via e-mailed to USAGMRFQCON@usagm.gov.QUESTIONS: Questions regarding this request for quotation should be submitted to Amber Gray, Contract Specialist via e-mail at agray@usagm.gov and JR Hill, Contracting Officer at @usagm.gov. Telephone inquiries or responses are not acceptable. The deadline for submission of questions regarding solicitation number USAGMRFQCON@usagm.gov is due April 12, 2024, 2:00 p.m. ET (Washington, D.C. local time). Any questions received after the above-mentioned date and time will not be considered. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. All responsible sources may submit a proposal which shall be considered by the agency.BASIS FOR AWARD: The government intends to award a firm fixed-price BPA to the responsible Offeror whose proposal is responsive to the solicitation and is determined to be the best value to the Government, using the tradeoff approach. Selection of the best value to the Government will be achieved through a process of evaluating the strengths and weaknesses of each Offeror’s proposal against the below described evaluation criteria. In determining the best value to the Government, the Technical Approach and Past Performance Evaluation Criteria, when combined, are more important than the evaluated price. The Government is more concerned about obtaining a superior Technical proposal than making an award at the lowest evaluated price. However, the Government will not make an award at a price premium it considers disproportionate to the benefits associated with the evaluated superiority of one technical and management proposal over another. Thus, to the extent that Offeror’s technical and past performance proposals are evaluated as close or similar in merit, the evaluated price is more likely to be a determining factor.EVALUATION FACTORS FOR AWARD: The following factors shall be used to evaluate proposals. These factors are listed in their relative order of importance: Technical Approach, Organizational Experience & Key Personnel, Past Performance, and Price.Notice: The Government intends to evaluate Proposals and make award without discussions. Therefore, the Offerors’ initial proposal should contain the best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.

Location

Place Of Performance : N/A

Country : United StatesState : District of ColumbiaCity : Washington

Office Address : 330 INDEPENDENCE AVENUE, SW WASHINGTON , DC 20237 USA

Country : United StatesState : District of ColumbiaCity : Washington

Classification

naicsCode 611430Professional and Management Development Training
pscCode U008Training/Curriculum Development