Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2011 FBO #3687
MODIFICATION

58 -- Media Monitoring Subscription and Services

Notice Date
12/27/2011
 
Notice Type
Modification/Amendment
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
F2VVPA1342A001
 
Archive Date
1/21/2012
 
Point of Contact
Joy P. Waller-Pemberton, Phone: 8138284185, Carlos A. Mayorga, Phone: 813-828-0486
 
E-Mail Address
joy.waller-pemberton@us.af.mil, carlos.mayorga@macdill.af.mil
(joy.waller-pemberton@us.af.mil, carlos.mayorga@macdill.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial supply and/or service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) and the solicitation number is F2VVPA1342A001. This acquisition is set aside 100% for small business. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: DESCRIPTION OF REQUIREMENT: Media Monitoring Subscription and Services. This is NOT a requirement for equipment - only media monitoring services. See attached PWS for salient characteristic requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective 04 Aug 2011, DFAR DCN 20110819 and AFFAR AFAC 2011-0714. The North American Industry Classification System code (NAICS) is 59190- All Other Information Services. The Standard Industry Classification (SIC) is 3663- Radio and TV Communications Systems and equipment. A firm-fixed price contract will be awarded. All interested parties must bid on all items. The Media Monitoring Subscription will enable the ability to monitor, record, and retrieve multiple televisions and radio broadcasts -- locally, nationally and internationally. Required additional features will include the following: • Requires a platform capable of monitoring, 24 hours a day and seven days a week, hundreds of TV and radio stations in the US and around the world. • Require comprehensive, real-time coverage as well as searchable archives to retrieve dated broadcasts. • Ability to search TV and radio broadcasts by key word, phrase or topic • Ability to play unlimited clips • Archive search • Ability to download and edit unlimited clips • Ability to email clips to unlimited recipients • Full-length transcript of text • Unlimited transcripts • Monitoring reports (hourly or daily) • Vendor must be able respond immediately to new requests to add a TV channel, radio station, or consumer-generated content. BASIS FOR AWARD: Award will be made to the quotation which offers the best value to the government. Multiple awards may be accomplished if any items are determined to be unbalanced. The Government also reserves the right to make no award at all. Media Monitoring Subscription - 12 months - Base Year. Period of Performance will be one (1) 12-month base Year and two (2) one year Option years. CLIN 0001- Media Monitoring Subscription and services (8 Feb 2012 though 7 Feb 2013) CLIN 1001- Media Monitoring Subscription and services (8 Feb 2013 though 7 Feb 2014) CLIN 2001- Media Monitoring Subscription and services (8 Feb 2014 though 7 Feb 2015) CLIN 3001- Media Monitoring Subscription and services (8 Feb 2015 though 7 Feb 2016) CLIN 4001- Media Monitoring Subscription and services (8 Feb 2016 though 7 Feb 2017) DELIVERY ADDRESS AND PLACE OF PERFORMANCE: The requirement is to be procured on behalf of the U.S. Central Command, 7115 S. Boundary Bl., MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.204-10; Reporting Subcontract Awards; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.23.18, Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A, DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of contract modifications. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: FAR 52.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD officials; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023, Alt III, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101, OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen Ms Carolyn Choate, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10, Scott AFB IL 62225, (618) 229-0160, fax (618) 256-6668 email: carolyn.choate@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Friday, 6 January 2012, by 8:00 a.m. EST. Submit offers or questions to the attention of Joy Waller-Pemberton, 6 CONS/LGCB, via fax 813-828-5111, or preferably by email to joy.waller-pemberton@us.af.mil. No phone calls will be accepted. Please submit any questions via email only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VVPA1342A001/listing.html)
 
Place of Performance
Address: U.S. Central Command, 7115 S. Boundary Bl, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02645876-W 20111229/111227233806-49004046f6ac0191dcda7ac1caca085d (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.