Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2004 FBO #1066
SOLICITATION NOTICE

T -- The Contractor shall provide all equipment, labor, supplies, tools, materials, supervision and other items necessary to assemble, print and deliver a minimum of 9,400 copies of a weekly CE tabloid newspaper to distribution points at Fort Dix.

Notice Date
10/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
511110 — Newspaper Publishers
 
Contracting Office
ACA, Fort Dix, Directorate of Contracting, 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
 
ZIP Code
08640-5097
 
Solicitation Number
W911S1-05-R-0001
 
Response Due
11/4/2004
 
Archive Date
1/3/2005
 
Small Business Set-Aside
N/A
 
Description
1. 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; propos als are being requested and a written solicitation will not be issued. 2. The solicitation is issued as a Request for Proposal, Number W911S1-05-R-0001. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)2001-25. 4. This procurement is being solicited unrestricted under NAICS code 511110 with a size standard of 500 employees. 5. Contractor shall provide all equipment, personnel, labor, supplies, tools, materials, supervision and other items necessary to assemble, print and deliver weekly a minimum of 9,400 copies of a Commercial Enterprise tabloid newspaper called POST to dis tribution points at Fort Dix, New Jersey and other designated locations, using editorial material and instructions supplied by the Government. Each edition shall contain a minimum of 10 pages, unless otherwise agreed to by the Commanders Public Affairs O ffice (PAO). The newspaper shall be unofficial and published in the interest of personnel of Fort Dix, NJ to provide news and information of particular interest to such personnel. The right to sell and circulate advertising will provide the contractor wi th revenue to cover costs and secure earnings. The contract period will be 1 December 2004 or date of award if subsequent thereto through 30 November 2005 with four one year option periods. 6. Specifications (13 pages) are available upon written request. All offerors are required to review specifications prior to submitting an offer. You may mail, fax or email or request to Karen Unstop. Address: Army Reserve Contracting Center, Attn: S FCA-NR-ARCC, 5418 South Scott Plaza, Fort Dix, NJ 08640-50970. Fax: 609-562-6933. Email: karen.umstot@dix.army.mil. 7. The Technical Proposal shall address the following areas: a. Equipment List. Contractor shall list all equipment to be provided and/or used in the performance of the POST contract, to include type, brand, model, etc. (Reference section C.4 of the specifications). Factors to be considered include level of autom ation; compatibility of automation with existing PAO automation (unless other automation is provided); printing capability; production equipment; physical plant (capabilities); and driving distance to the plant. b. Quality Control Plan. Contractor shall provide Quality Control Plan to be used throughout the performance of this contract. (Reference section C.1.3 of the specifications). Factors to be considered include the offerors demonstrated organizational m eans to assure the consistent high quality printing and timely delivery of the POST. c. Past Performance Record. Contractor shall provide a list of publication-type contracts performed in the last three (3) years, to include client names, addresses, current points of contact and phone numbers. Contractor shall also provide a list of comm endations, awards and recognitions. Factors to be considered include demonstrated ability to successfully produce a CE or similar publication; demonstrated printing ability; demonstrated success in contract performance in a timely and responsive manner; and, demonstrated capability to sell advertising and successfully recoup publication costs. d. Management Plan. Provide management procedures used to print and deliver the POST. Include list of key management personnel responsible for any aspect of the newspapers printing and/or delivery. Plan will include discussion of Contractors qualific ation, experience and achievements in fulfilling jobs comparable to that established in Sections 1 through 5 of the Statement of Work. Factors to be considered include the offerors approach to interfacing with public affairs staff; the sale of advertis ing that enhances the POSTs image in the community and with the readership at large. e. Sample Newspapers. Contractor shall provide for review two (2) copies each of a minimum of three current Civilian Enterprise newspapers or comparable products published by the Contractor, along with points of contact for those publications, including addresses and phone numbers. Factors to be considered include printing quality of body and headline text, photos and both spot- and full-process color reproduction. f. Award will be made to that responsive, responsible offeror whose proposal conforms to all terms and conditions of the solicitation and is most advantageous to the government considering the technical evaluation criteria set forth in paragraph 7 above. The equipment and technical capability are equal in weight to quality control plan. The evaluation criteria is listed in descending order of importance as listed below: Equipment/Technical Capability Quality Control Plan Past Performance Record Management Plan Sample Newspapers 8. Proposals are due not later than 4:30PM ET, 4 November 2004. Mail your proposal to Army Reserve Contracting Center, Attn: Karen Umstot, 5418 South Scott Plaza, Fort Dix, NJ 08640-5097. The outside envelope shall indicate the solicitation number, c losing date and time. 9. All questions shall be in writing and can be directed to Karen Umstot at the address in paragraph 8 above, or send your question via email to karen.umstot@dix.army.mil. 10. Provision 52.212-1, Instructions to Bidders  Commercial, applies to this RFP including. 11. The provision at FAR 52.212-2, Evaluation Commercial Items, is applicable to this solicitation. Paragraph (a) of the provision is hereby changed to read as follows: award will be made to that responsive, responsible offeror whose proposal conforms to all the terms and conditions of the solicitation and is most advantageous to the government considering the technical evaluation criteria set forth below. Equipment/technical capability and quality control are the most important sub-factors and they are eq ual in importance. The remaining sub-factors are listed in descending order of importance. Past Performance Record Management Plan . The technical proposal shall address the following areas: 1. Equipment List /Technical Capability. Contractor shall list al l equipment to be provided and/or used in the performance of the Post contract, to include type, brand, model, etc. Factors to be considered include level of automation; compatibility of automation with existing PAO automation (unless other automation is provided);printing capability; production equipment; physical plant(capabilities); and riving distance to the plant. Contractor shall provide fro review two(2) copies each of a minimum of three current Civilian enterprise newspapers or comparable products published by the contractor along with points of contact for those publications, including addresses and phone numbers. Factors to be considered include printing quality of body and headline text, photos and both spot and full process color reproduction. 2 . Quality Control Plan. Contractor shall provide a Quality Assurance Plan to be used throughout the performance of the contract. Factors to be considered include the offerors demonstrated organizational means to assure the consistent high quality printing and timely delivery of the Post. 3. past Performance record. Contractor shall provide a list of publication type contracts performed in the last three years to include client names, addresses, current points of contact and phone numbers. Contractor shall also provide a list of commendations, awards, and recognitions. Factors to be considered include demonstrated ability to successfully produce a CE or similar publication; demonstrated printing ability; demonstrated success in contract performance in a time ly and responsive manner; and demonstrated capability to sell advertising and successfully recoup publication costs. 4. Management Plan. Provide management procedures used to print and deliver the POST. Include list of key management personnel responsible for any aspect of the newspapers printing and/or delivery. Plan will include discussion of contr actors qualification, experience, and achievements in fulfilling jobs comparable to that established in sections 1 through 5 of the specifications. Factors to be considered include the offerors approach to interfacing with the public affairs staff; the s ale of advertising that enhances the POSTs image in the community and with the readership at large. 12. All offerors must complete and include a copy of Provision 52.212-3, Bidder Representations and Certifications  Commercial Items, with the proposal. 13. Clause 52.212-4, Contract Terms and Conditions  Commercial Items, applies to this RFP. 14. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, applies to this RFP along with the following additional FAR clauses cited in the clause: 52.203-6, 52.222-3, 52.222-19, 52.222-21,5 2.222-6,52.222-35, 52.222-36, 52.222-37,52.232-33, 52.232-36. 15. The following clauses apply to this RFP: a. FAR 52. 204-7, Central Contractor Registration b. DFAR 252.204-7004 Alternate A, Required Central Contractor Registration c. DFAR 252.212-7000, Offeror Representations and Certifications  Commercial Items - All offerors must complete and include a copy of this provision with the proposal. e. DFAR 252.212-7001, Contract terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, including the additional clauses: 252.225-7001,252.232-7003. e. Local Clause 52.100-4038, Security (Available upon request) f. Local Clause 52.999-4001 References (Available upon request) 16. FAR Clause 52.217-9, Option to Extend the Term of the Contract is hereby made a part of the solicitation and any resulting award. Paragraph (a) of this clause reads: The government may extend the term of the contract by written notice to the contract or with ten days of contract expiration. Paragraph (c) of the clause reads; The total duration of the contract, including the exercise of the options under this clause, shall not exceed 60 months. 17. Due to restricted access to Fort Dix, contractors that will be hand carrying their proposal are required to submit to the Contracting Officer a list of personnel planning to deliver the package 24 hours prior to the time and date for receipt of proposa l. Contractors must also furnish the approximate time of arrival and the gate they will utilize. Contractors are cautioned that there may be delays at the gates and should allow adequate time for entering the installation to ensure packages are received p rior to the time and date for receipt of proposal. Failure for packages to be received timely may be cause for rejection of the entire proposal . All individuals must have a picture ID and no substitutions are authorized. Vehicles are also subject to se arch. 18. For more information on clauses and provisions and where they can be obtained, go to the following websites: www.arnet.gov/far or http://farsite.hill.af.mil.
 
Place of Performance
Address: ACA, Fort Dix Directorate of Contracting, 5418 South Scott Plaza Fort Dix NJ
Zip Code: 08640-5097
Country: US
 
Record
SN00698684-W 20041027/041025211910 (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.