DOCUMENT
D -- News Clipping Service - ATTACHMENT A
- Notice Date
- 8/13/2008
- Notice Type
- ATTACHMENT A
- NAICS
- 519190
— All Other Information Services
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- ROPA-08-00029
- Archive Date
- 9/9/2008
- Point of Contact
- Tanya M. Hill,, Phone: (202) 447-5511, Johnnie D Lewis-Banks,, Phone: 202-447-5583
- E-Mail Address
-
Tanya.Hill@dhs.gov, johnnie.lewis-banks@dhs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- (i)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; Quotations are being requested and a written solicitation will not be issued. The Government intends to award a Firm-Fixed Price contract under Simplified Acquisition Procedures (SAP) using FAR Part 13. (ii) The solicitation reference number is ROPA-08-00029. This requirement is issued as a Request for Quotation (RFQ) (iii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. (iv)This solicitation is 100% set aside for small business. The associated North American Industry Classification System (NAICS) code is 519190, and the Small Business size standard is $6,500,000 (v) The Contract Line Item Numbers (CLINS), Items, Quantities, and Units of Measure are: See Attachment A (Schedule of CLINS and Statement of Work). The anticipated date for contract award is September 5, 2008. (vi)The contract shall provide for news clipping service in accordance with the statement of work. (vii) Date of delivery and acceptance: To be determined at time of contract award for a base term of eleven (11) months. Place of delivery and acceptance: DHS Nebraska Avenue Complex (NAC), Washington, DC. FOB Destination (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addendum has been attached to this provision: Offerors’ submissions must include the following information: Dun & Bradstreet Number (DUNS); North American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. Offerors shall submit the name and contact information of at least two relevant past performance references. Each quoter shall submit Pricing as a separate document that shall include the format shown on Attachment A. Fixed monthly rates shall include all costs and fees. (ix) The provision at 52.212-2, Evaluation – Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: 1) Technical Capability, 2) Experience/Past Performance, and 3) Price. Technical Capability and Experience/Past Performance, when combined, are significantly more important than price. Offerors shall include a discussion of the background, objectives, and work requirements of the SOW of proposed methods and techniques for completing each task. In addition, Offerors shall submit a sample of each requirement (2.1, 2.2, 2.3 and 2.9) addressed in the statement of work. (x) FAR 52.212-3 Offeror Representations and Certifications—Commercial Items. The Federal Acquisition Regulation requires offerors to complete Representations and Certifications through the Online Representation and Certification Application (ORCA) at least annually as of January 1, 2005. The offeror is hereby required to complete the ORCA via http://orca.bpn.gov prior to the response due date. (xi) The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. (xii) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 52.203-6 Restrictions on Subcontractor Sales to the Government – Alt. I (OCT 1995), 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (MAY 2008), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Item (Jun 2008); 52.217-5 Evaluation of Options (JUL 1990), 52.217-8 Option to Extend Services (Nov 1999), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), 52.222-3 Convict Labor (JUN 2003), 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Feb 2008), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (SEPT 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003); (xiii) The following additional clauses are cited: 52.204-7 Central Contractor Registration (APR 2008); HSAR 3052.209-70 Prohibition on contracts with corporate expatriates; 3052.242-72 Contracting Officer’s Technical Representative. Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.gov and HSAR Clauses at http://farsite.hill.af.mil/VFHSARA.HTM (xiv) Rating under the Defense Priorities and Allocations System (DPAS) – N/A. (xv) Any requests for additional information or explanations concerning this document must be received no later than 12:00 noon Eastern Standard Time on Tuesday, August 19, 2008. In order to receive responses to questions, offerors must cite the section, paragraph number, and page number. Offers are due no later than Monday, August 25, 2008 – 12:00 noon EST and must be submitted electronically (via email) to the individuals noted in section “xvi”. A separate solicitation document is not available. (xvi) For more information regarding this solicitation please contact Tanya M. Hill, Contract Specialist, (202) 447-5511 / Tanya.Hill@dhs.gov or Johnnie Lewis-Banks, Contracting Officer at (202) 447-5583 / Johnnie.Lewis-Banks@dhs.gov
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6ccaa263b07e7bed485caf81d6da2e81&tab=core&_cview=1)
- Document(s)
- ATTACHMENT A
- File Name: ATTACHMENT A - Schedule of CLINS and Statement of Work (SOW) (News Clipping Service Schedule of CLINS and SOW.doc)
- Link: https://www.fbo.gov//utils/view?id=717d838dc528773dc14e207457915bc4
- Bytes: 88.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: ATTACHMENT A - Schedule of CLINS and Statement of Work (SOW) (News Clipping Service Schedule of CLINS and SOW.doc)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN01638965-W 20080815/080813222728-6ccaa263b07e7bed485caf81d6da2e81 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |