Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2004 FBO #0982
SOLICITATION NOTICE

T -- Electronic Distribution Service

Notice Date
8/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
519190 — All Other Information Services
 
Contracting Office
DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, Flood, Fire and Mitigation Branch, 500 C Street, S.W., Room 350, Washington, DC, 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ-04-Q-0072
 
Response Due
8/19/2004
 
Archive Date
9/3/2004
 
Point of Contact
Denise Roberson, Contract Specialist, Phone 202-646-3270, Fax 202-646-3846, - Chandra Lewis, Branch Chief, Phone (202) 646-3118, Fax (202) 646-3846,
 
E-Mail Address
denise.roberson@dhs.gov, chandra.lewis@dhs.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 FAR Subpart 12.6, Subpart 13.106 and Subpart 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Request for Quotation number HSFEHQ-04-Q-0072 shall be referenced on any quotation. The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2001-24. This procurement is being solicited on a total small business set-aside basis. The NAICS and small business size standard for this project are: 519190/$6.0 million. Only one award will result from this solicitation, via the issuance of a fixed price purchase order. The Federal Emergency Management Agency (FEMA), Office of Public Affairs (OPA), requires access to an online electronic distribution system in order to provide communications to targeted media, congressional members and specific distribution groups. The system should be easily accessible 24/7 via the internet from a variety of locations. BACKGROUND: FEMA?s Office of Public Affairs is responsible for the effective dissemination of accurate information to the public concerning FEMA?s programs, missions and goals for emergency management. OPA provides primary support to the Under Secretary of Homeland Security for Emergency Preparedness and Response, with lead responsibility for the communication of agency goals, objectives and accomplishments. In addition, OPA is responsible for the preparation and execution of plans and procedures for effectively informing the public about critical response and recovery information before, during and after natural disasters and emergencies. GENERAL ANTICIPATED USE: FEMA?s OPA and Office of Legislative Affairs (OLA) typically distributes 1-2 page advisories, releases and fact sheets to targeted members of the media and Congress on a regular basis. Development and distribution of information is generated at FEMA?s headquarters in Washington, DC; FEMA?s ten regional offices located throughout the country; and in FEMA?s disaster field offices located in presidentially declared disaster areas. DELIVERABLES: 1) The Contractor shall provide online access to designated users that is accessible from multiple locations. It is preferred that no special equipment or software be required for access and use of the system. 2) The Contractor shall provide access to contact information for print and broadcast media, as well as congressional members and staff, including congressional committees. This contact information shall be regularly updated and maintained by the Contractor to ensure accuracy. It is preferred that the system will allow frequently used distribution lists to be created and saved for repeat use. An additional preference is to capture the history of contact and document distribution to each contact within the online system. 3) The Contractor shall provide the ability to target distribution to distinct groups from the general contact database including the ability to target distribution by geographic locale, circulation, audience, outlet type (print, radio, broadcast, web), editorial interest or beat, city, county, state, and congressional district. In addition, the contractor shall provide capability to include additional internal and external contacts not included in the media or congressional database for distribution purposes as provided by FEMA. 4) The Contractor shall provide a means of back up access to the distribution system in the event internet access is unavailable. Actual use of the back up method is expected to be minimal and likely will be limited to instances where a field office is in process of establishing internet access. 5) The Contractor shall provide for the distribution of documents to contacts to be received via fax or email in a timely and expeditious manner, including providing the ability to send approximately 61,250 pages per month, estimated by current distribution averages of 350 documents per month of an average 1.75 pages to 100 contacts per distribution. 6) The Contractor shall provide for a minimum of 20 users to access the system on a regular basis. These users shall consist of permanent, full time FEMA staff located in FEMA?s headquarters and regional offices. 7) The Contractor shall provide the ability for FEMA to assign additional access accounts on a temporary basis to field officers for specific disaster use. The number of temporary accounts is expected to average 8-10, but is not expected to be no more than 20 at any given time. 8) The Contractor shall provide FEMA the ability to enter a project/billing code for each distribution in order to facilitate internal bill coding and invoice processing. 9) The Contractor shall provide reporting capability that includes the ability to identify successful and unsuccessful delivery to designated contacts direct to the user initiating the distribution, as well as a monthly report to the Contracting Officer?s Technical Representative (COTR) detailing usage volume, success rate of delivery, and other pertinent information. 10) The Contractor shall also provide monthly reports and invoicing to the COTR detailing use and costs broken down by billing codes. PERIOD OF PERFORMANCE: One year from date of award, plus three (3) option years. BASIS FOR AWARD: The Government will make award to the responsive, responsible firm, whose quotation is most advantageous to the Government, price and other factors considered. This is a best-value procurement. The Government may or may not award to the low price quotation. Technical merit is considered to be of greater importance than price. The Government will utilize the evaluation criteria identified below, listed in descending order of importance, during the evaluation of responses received to this Request for Quotation. (1) Understanding & Technical Approach. The Government will evaluate the offeror?s understanding of the requirement as evidenced by the offeror's discussion of issues and proposed technical approach. The Government will examine the offeror's proposed approach to performing the elements of work and delivering the products specified in the various tasks, and will evaluated the likelihood of delivering complete, quality products meeting FEMA's needs. The Government will evaluate the offeror?s additional distribution and contact management services, including the ability to meet preferences listed under deliverables, anticipated ease of use, frequency and method of maintaining contact database and the ability of the product to work with existing computer systems and equipment. (2) Experience and Past Performance. A) The Government will evaluate each offeror?s experience performing projects of a similar size, scope, and complexity as proven by the successful management of contracts of a similar size, scope, and complexity. B) The Government will also evaluate each offeror?s past performance of projects based upon customer satisfaction with the services provided on past or current projects. (3) Price. Offerors shall quote based on price per page distributed; monthly retainer will be averaged based on estimated usage to facilitate comparison among offerors. The provision at FAR 52.212-1 ?Instructions to Offerors?Commercial? applies to this acquisition. Offerors are to include a completed copy of FAR provision 52.212-3 ?Offeror Representations and Certifications?Commercial Items? w/their response. The following FAR clauses also apply: 52.212-4 ? ?Contract Terms and Conditions ?Commercial Items,? 52.212-5 ?Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items,? with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.219-6 ?Notice of Total Small Business Set-Aside,? 52.219-8 ?Utilization of Small Business Concerns,? 52.219-14 ?Limitation on Subcontracting,? 52.222-21 ?Prohibition of Segregated Facilities,? 52.222-26 ?Equal Opportunity,? 52.222-35 ?Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans,? 52.222-36 ?Affirmative Action for Workers with Disabilities,? 52.222-37 ?Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans,? 52.225-13 ? Restrictions on Certain Foreign Purchases,? and 52.232-33 ?Payment by Electronic Funds Transfer?Central Contractor Registration.? The aforementioned provision and clauses can be accessed electronically at http://www.arnet.gov/far and http://www.gsa.gov/far. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database. SUBMISSION REQUIREMENTS FOR THE REQUEST FOR QUOTATION: Each offeror shall submit (1) original of their Quotation, which shall include each of the following written Technical portions required to be provided in response to the RFQ: 1) Technical Approach ? Each offeror shall provide a description of their technical approach, detailed and complete enough to clearly and fully demonstrate an understanding of the Statement of Work requirements. Quotations which merely offer to conduct a program in accordance with the requirements of the Government?s Statement of Work will not be eligible for award. Phrases such as ?Standard procedures will be employed? and ?well known techniques will be used? are not considered an adequate description. Although it is recognized that all of the technical factors cannot be detailed in advance, the techniques and procedures you plan to follow in conjunction with the task areas to be performed must be described in as much detail as the offeror considers necessary to fully explain their proposed technical approach or method. 2) Past Performance ? The offeror shall identify up to two contracts, which it has recently performed (within the last 3 years), or is currently performing, that are similar in nature to this contract. The offeror shall provide the following information with respect to each of these contracts:*Contract number, contract type and dollar value, *Date of contract award and period of performance, *Name, address and telephone number of all applicable contract points of contact, *Brief description of contract work, scope, and responsibilities 3) Pricing Information ?The offeror shall provide, in writing, a detailed price quotation. The price quotation shall include, at a minimum, a separate unit price and extended price for the base period (1 year) and three (3) optional 12 month periods. 4) Completed FAR 52.212-3. All questions concerning this RFQ must be submitted in writing and faxed to (202) 646-3846 or e-mailed to Denise.Roberson@dhs.gov. No telephonic response to this solicitation will be accepted. Due date for receipt of responses to this RFQ will be 5:00 PM/EST, 08-19-2004 to FEMA, Financial & Acquisition Management Division, Flood, Fire & Mitigation Branch, ATTN: Denise E. Roberson, 500 C Street, SW, Room 350, Washington, DC 20472, telephone number (202) 646-3270, fax (202) 646-3846, or e-mail at Denise.Roberson@dhs.gov. Electronic responses are preferred.
 
Place of Performance
Address: Contractor site
 
Record
SN00634586-W 20040804/040802211550 (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.