SOLICITATION NOTICE
76 -- Flight Information Publications (FLIPs)
- Notice Date
- 12/22/2010
- Notice Type
- Presolicitation
- NAICS
- 323117
— Books Printing
- Contracting Office
- Other Defense Agencies, National Geospatial-Intelligence Agency, Procurement and Contracts In Support of Analysis and Production Directorate (ACSM), Attn: ACSM Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238
- ZIP Code
- 63010-6238
- Solicitation Number
- HM1575-11-R-0002
- Point of Contact
- Kathleen D Allen, Phone: 314-676-0198, Shamekia (Meek) S. Lawson, Phone: 314-676-0179
- E-Mail Address
-
kathleen.d.allen@nga.mil, Shamekia.S.Lawson@nga.mil
(kathleen.d.allen@nga.mil, Shamekia.S.Lawson@nga.mil)
- Small Business Set-Aside
- N/A
- Description
- The National Geospatial-Intelligence Agency (NGA) proposes to award a Firm Fixed Price, Requirements Contract with Cost Reimbursement provisions for Distribution and an Economic Price Adjustment for Paper that provide for Finishing, Printing and distribution of the Flight Information Publication (FLIP) products. The period of performance will be for a one-year base period and four (4) option years. The applicable NAICS Code is 323117 - Books Printing, and the size standard is 500. These products are maintained, printed and distributed on a 28-day cycle and multiples thereof. The finished products are charts and bound books, which will be distributed worldwide. The requirement contains four lots. These four lots consist of Photo-servicing, Printing and Distribution of various size charts, bound books containing primarily graphic data and various size books containing primarily text data. Lot 1 consists of Charts: Enroute, Area Arrival, and AP1B Planning Charts; plus furnished Canadian Charts and Supplement Books (for distribution only). For Lot 2 the Contractor may be required to add page numbers to all the body pages and type-set the Table of Contents pages and the Effective Dates and Julian Bar Code date on the front cover. The lot consists of Books: Terminal Instrument Approach Procedures Books and Terminal Change Notices (TCNs), Terminal High/Low Altitude Books, Enroute Supplement/Terminal and Terminal VFR Books, TCNs and Enroute Change Notices. Lot 3 consists of Enroute Books: U.S.IFR and VFR Supplements and ENAME, Pacific, Australasia and Antarctica (PAA), Caribbean and South America (CSA) Enroute Supplements, and change notices for previous publications. Lot 4 consists of Planning Books: General Planning Book, Area Planning Books and Urgent Change Notices. Award of each lot on this solicitation will be made on an all-or-none basis utilizing the best value approach. Vendors could receive award of only one lot or up to all four lots based on the overall best value to the Government. Firms must demonstrate at least two (2) years experience performing the same or similar services in the form of an outline of projects for specific relevant work which includes contract numbers, description of work, points of contact/phone numbers, and any other pertinent information which would enable the Government to assess each firm's capabilities. Proposals will consist of providing both written material and an oral presentation. Proposals shall be evaluated and scored using the following criteria: Past Performance, Technical, Quality, Management, test download samples, and Cost/Price to determine the best value to the Government. Should subcontracting opportunities exist, it is suggested that small business firms or others interested in subcontracting opportunities in connection with this procurement make direct contact with prospective prime contractors early in the procurement stages. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) and Online Representations and Certifications Application (ORCA) (www.orca.bpn.gov) before award can be made. All responsible sources are encouraged to submit a request for a copy of the draft solicitation. Solicitation will be available after 07 January 2011. The proposed solicitation will be unrestricted. At the Government's discretion, the solicitation documents, statements of work, specifications, and forms may be sent either via email, compact disc (read only), or in paper copies, or any combination of the above. All requests for copies of the draft solicitation shall be emailed to Kathleen D. Allen - Contract Specialist (Kathleen.D.Allen@nga.mil) AND Shamekia (Meek) S. Lawson - Contract specialist (Shamekia.S.Lawson@nga.mil). Upon receipt of the solicitation, vendors should carefully read the complete requirements package. A preproposal conference will be held approximately two weeks after release of the solicitation. Vendors will be invited to submit questions regarding the solicitation and/or specifications at that time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCM-WD-52/HM1575-11-R-0002/listing.html)
- Place of Performance
- Address: Attn: ACSS/MS: L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238, United States
- Zip Code: 63010-6238
- Zip Code: 63010-6238
- Record
- SN02349017-W 20101224/101222234117-00960828cbf2dc5ab3daeb1926fc6fb1 (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 |