Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2011 FBO #3667
SOLICITATION NOTICE

67 -- b Roll Video Stock Footage - CLINS AND SOW

Notice Date
12/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512191 — Teleproduction and Other Postproduction Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-12-Q-0007
 
Archive Date
1/13/2012
 
Point of Contact
Sara S. West, Phone: 7037671310, Beverly J Williams, Phone: 703-767-1192
 
E-Mail Address
sara.west@dla.mil, Beverly.J.Williams@dla.mil
(sara.west@dla.mil, Beverly.J.Williams@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Line Items and Statement of Work COMBINED SYNOPSIS AND SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is SP4705-12-Q-0007 and is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54 and DFARS Change Notice 20110819. The associated North American Industrial Classification System (NAICS) code for this procurement is 512191 and small business size standard is $29,500,000.00. Award will be made as a firm fixed price contract with a base and two (2) option periods. The Defense Logistics Agency (DLA) Contracting Services Office has a requirement in support of the education, research, and outreach missions, to include policy-support activities, of the National Defense University (NDU), for the Center for Applied Strategic Learning (CASL) designs, develops, and conducts strategic-level experiential learning activities (tabletop exercises, games, round tables, etc.). See the attached for additional information. Period of performance will be one (1) year after contract award and two (2) option years. The government reserves the right to cancel the solicitation, with no obligation to the offeror by the government. The following provisions and/or clauses apply to this acquisition. The provisions at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The award will be made to the best overall value and technically acceptable offeror who meet the requirement. The interested party must provide proof of its ability to provide a wide-range of stock footage of both U.S. and International content. Offeror must also provide proof of holding a 10 year license agreement for all clips purchased and/or used. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification Commercial Items, with their offer. This clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clauses at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, applies to this acquisition, with the following clauses: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009), Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)), 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553), (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78), 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-23, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action 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; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.203-13 Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)), FAR 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009, FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note), FAR 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5), FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note), FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161), 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)), FAR 52.219-3 52.225-13, Restrictions on Certain Foreign Purchases; Payment by Electronic Funds Transfer- Central Contractor Registration. FAR 52.242-15 STOP-WORK ORDER (AUG 1989). FAR52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998). FAR 52.216-1, TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation, FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days (insert the period of time within which the Contracting Officer may exercise the option), FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)(a) The Government may extend the term of this contract by written notice to the Contractor within 3 days (insert the period of time within which the Contracting Officer may exercise the option); 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 36 months. To view the clauses in full text, visit ): http://www.arnet.gov.far, http://www.farsite.hill, or http://www.dtic.mil/dfars. Interested parties shall quote on the CLINs as identified in the attached on Page 6. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. All proposals must include Cage Code, TIN, and DUNs number. Quotes and references may be emailed in advance to sara.west@dla.mil or faxed to 703-767-1183, NO LATER THAN, 19 December 2011, 11:00 AM, EST. Hard copies must be send via mail at DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 1145, Fort Belvoir, VA 22060. ATTN: Sara West.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-12-Q-0007/listing.html)
 
Place of Performance
Address: Fort Lesley J. McNair, Abraham Lincoln hall, 2600 Suite, Washington, District of Columbia, 20319, United States
Zip Code: 20319
 
Record
SN02635000-W 20111209/111207234345-7766ce9a387b1cd8b4f3e92c6594322b (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 |
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.