Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2003 FBO #0470
SOLICITATION NOTICE

T -- Nespaper Subscription

Notice Date
3/13/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
National Science Foundation, Procurement Section, Division of Administrative Services, DAS, 4201 Wilson Boulevard Room 295, Arlington, VA, 22230
 
ZIP Code
22230
 
Solicitation Number
PS03-P005
 
Archive Date
4/11/2003
 
Point of Contact
Betty King, Contract Specialist, Phone (703) 292-7546, Fax (703) 292-9190,
 
E-Mail Address
bking@nsf.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 12. This acquisition is 100% set aside for small business; the associated NAICS code is 492210 and the small business size standard is $21.5 million. FAR 52.212-2, Evaluation-Commercial Items. The Government will award a Firm Fixed-Price (FFP) incentive contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) small disadvantaged business participation; (ii) technical capability of the service offered to meet the Government?s requirement; (iii) past performance; and (iv) price. Technical and past performance, when combined, are significantly more important than price. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. The Government may elect to award without discussions. The projected award date is April 3, 2003. REQUIREMENTS - The contractor will deliver the newspapers (sample titles are identified below) to NSF between 7:00 a.m. ? 7:30 a.m., no later than 7:30 a.m. each weekday morning. Weekend editions will be delivered on the next business day. NSF will acknowledge receipt of the delivery along with the delivery time and will check the order for completeness. The COTR will notify, via email, the contractor of any discrepancies by 8:30 a.m. of the same day. If the contractor fails to deliver the newspapers by 7:30 a.m., a percentage of the monthly delivery charge will be deducted incrementally as follows; 1% (7:31-8:30); 2% (8:31-9:30); 3% 9:31-10:30); 4% (10:31-11:30); 5% (11:31-12:00) and 50% (12:01-until). Occasionally, due to factors beyond the control of the contractor, such as inclement weather, or disruptions due to terrorist attacks, etc., it may not be possible to deliver the newspapers by 7:30 a.m.; in addition, in rare cases, it may not be possible to deliver the complete order by 7:30 a.m. On these occasions, the contractor will contact the COTR before 7:30 a.m. to negotiate an estimated time of delivery. On an annual basis, NSF will provide a list of the newspaper subscriptions required for the coming calendar year. Subscriptions may include, but are not limited to, the New York Times, Wall Street Journal, Washington Post, Washington Times, USA Today, Baltimore Sun and other similar major newspapers. In any given year, the number of subscriptions to each paper may range from 1 to 20 copies, or more. Deliveries for a single newspaper may include the following timeframes: Monday through Friday, Monday through Saturday, Monday through Sunday, and Monday through Friday and Sunday. The contractor will take the necessary actions to assure that the newspaper subscriptions will be placed with the appropriate suppliers. This is a commercial services acquisition for a FFP incentive contract. The first Period of Performance (POP) is April 1, 2003 ? September 30, 2003, with three one-year options (see below), renewable at the preference of NSF. Option 1 - October 1, 2003 through September 30, 2004, Option 2 - October 1, 2004 through September 30, 2005 and Option 3 - October 1, 2005 through September 30, 2006. Incentive Awards will be given for excellent performance at the conclusion of a given year. PROVISIONS - The following clauses apply to this solicitation; FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 52.204-3, Taxpayer Identification, FAR 52.204-6, Data Universal Numbering System (DUNS) Number. When responding to this RFQ, offerors shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, FAR 52.217-2, Cancellation Under Multi-year Contracts, FAR 52.217-9, Option to Extend the Term of the Contract, (a) The Government may extend the term of the this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years, 6 months. FAR 52.219-1, Small Business Program Representations, FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.222-25, Affirmative Action Compliance, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-1, Payments, FAR 52.232-8, Discounts for Prompt Payment, FAR 52.232-28, Invitation to Propose Performance-Based Payments, FAR 52.232-32, Performance-Based Payments, FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration, FAR 52.232-38, Submission of Electronic Funds Transfer Information with Offer, FAR 52.233-1, Disputes Alternate I, FAR 52.233-3, Protest after Award, FAR 52.243-1, Changes-Fixed-Price Alternate II, FAR 52.249-4, Termination for Convenience of the Government, FAR 52.252-1, Solicitation Provisions Incorporated by Reference, FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.252-3, Alterations in Solicitation, FAR 52.252-4, Alterations in Contract, FAR 52.253-1, Computer Generated Forms. For full-text version of these provisions, please use the following Internet link; http://www.arnet.gov/. PRICING REQUIREMENTS FOR QUOTES ? Price evaluation will be based on the daily subscription price for each Title listed above. Subscription prices must be equal to commercial market price or better. All service fees or delivery charges should be listed as a separate line item as applicable and must be identified for the base year and each option year. All interested offerors who believe they are capable of providing these services, shall submit their quote to Betty King at the address below by 4:00 p.m. Eastern Standard Time March 27, 2003. Fax quotes will not be accepted. Any questions regarding this combined synopsis/solicitation should be sent via email to bking@nsf.gov. Please watch FedBizOpps for notice of successor RFP.
 
Place of Performance
Address: National Science Foundation 4201 Wilson Boulevard Arlington, VA
Zip Code: 22230
Country: USA
 
Record
SN00279087-W 20030315/030313214018 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.