Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2005 FBO #1161
SOLICITATION NOTICE

T -- Multimedia Information Services

Notice Date
1/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
516110 — Internet Publishing and Broadcasting
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-05-T-0013
 
Response Due
2/10/2005
 
Archive Date
2/25/2005
 
Description
The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for Multimedia Information Services providing copyright-free image, graphical, and video media. This is a combined synopsis/solicitation in accordance with the format in FAR Subpart 12.6, and FAR Part 13 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; quotes are being requested and a written solicitation will not be issued. The solicitation number H92239-05-T-0013 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26. Full text clauses are available at farsite.hill.af.mil. This procurement is unrestricted. All responses from responsible sources will be fully considered. REQUIREMENT: Contractor shall provide Multimedia Information Subscription Service for one year plus two option years. Base year period of performance is 1 March 2005 through 28 February 2006. The service shall provide the following: Unlimited use/access to photo and printed media archives with an estimated number of downloads between 150 and 300 per month. Access available on the internet to multiple users in multiple locations. Allowance for reproduction of archived material for public distribution. Allowance for full rights of use and reproduction of multiple copies. A government point of contact for coordination will be provided at the time of contract award. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items hereby incorporated by reference. FAR 52.212-2, Evaluation - Commercial Items is hereby incorporated, the evaluation factors are technical, past performance, and price. The Government will determine the best value and an award will be made. Contractors are reminded to submit a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications-Commercial Items and 252.212-7000 Offeror Representations and certifications Commercial Items with their quote. Clause 52.212-4, Contract Terms and Conditions - Commercial Items is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items DEVIATION is hereby incorporated by reference, as well as the following clauses cited in the clause which apply to this solicitation, 52.222-0026, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-41, Service Contract Act of 1965, As amended (41 U.S.C. 351, et seq.), 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C 206 and 41 U.S.C. 351, et seq). Additionally, the following clauses are applicable to this solicitation, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52.204-7, Central Contractor Registration. 52.219-8 Utilization of Small Business Concerns and 52.232-7003 Electronic Submission of Payment Requests. 52.217-8 Option to Extend Services; 52.217-9 Option To Extend The Term Of The Contract - (a) The Government may extend the term of 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; 52.217-5 Evaluation of Options; The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. Questions must be submitted in writing to Barbara Bowles at bowlesb@soc.mil. Quotes shall be submitted, no later than 2:00 p.m. 10 February 2005 and shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. Quotes may be submitted via fax to (910) 432-9345 or e-mail. It is the contractor?s responsibility to ensure receipt. The point of contact for this requirement is Barbara L. Bowles, Contract Specialist at (910) 432-8598, e-mail bowlesb@soc.mil.
 
Place of Performance
Address: Fort Bragg, North Carolina
Zip Code: 28310
Country: USA
 
Record
SN00742351-W 20050130/050128212451 (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.