Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 12, 2014 FBO #4736
MODIFICATION

S -- National Newspaper/Magazine Delivery

Notice Date
11/10/2014
 
Notice Type
Modification/Amendment
 
NAICS
424920 — Book, Periodical, and Newspaper Merchant Wholesalers
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA15R0019
 
Archive Date
11/27/2014
 
Point of Contact
Celenne G. Cook, Phone: 7038756278, Andrew Rothstein, Phone: 703-875-5867
 
E-Mail Address
cookcg@state.gov, rothsteinat@state.gov
(cookcg@state.gov, rothsteinat@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PROPOSAL DROPOFF INFORMATION UPDATE: If proposals are being dropped off please contact Andrew Rothstein, 703-875-5867, email rothsteinat@state.gov for delivery and instructions. Questions and Answers: 1. Is this a follow-on contract? Yes 2. Who is the incumbent and what is the contract number? Southwest Distribution - SOISLR09C0001 3. The pricing spreadsheet and the bundle packages document have different totals, which do I price for? The quantity on the Excel pricing spreadsheet will be the quantities that award is based on. This is a Indefinite Delivery, Indefinite Quantity (IDIQ) contract type. Combined Synopsis/Solicitation for Commercial Item Newspaper and Periodical Delivery SAQMMA15R0019 (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: proposals are being requested and a written solicitation will not be issued. In accordance with (IAW) Subpart 12.102, Applicability, the contracting officer shall use the policies in this part in conjunction with the policies and procedures for solicitation, evaluation and award prescribed in Part 13, Simplified Acquisition Procedures. Whereas, for purpose of this requirement IAW with Subpart 13.5 authorizes, as a test program, use of simplified procedures for the acquisition of supplies and services in amounts greater than the simplified acquisition threshold but not exceeding $6.5 million, including options. (ii) This solicitation issued as a request for proposal (RFP). The solicitation number is SAQMMA15R0019. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. (iv) This solicitation is being issued as a Total Small Business Set-Aside. The Associated NAICS code is 424920. The business size standard is 150 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of issue: CLIN 0001 - Delivery of National/Local Newspapers and Periodicals - Quantity is 1, Unit of issue is LS CLIN 1001 - Delivery of National/Local Newspapers and Periodicals - Quantity is 1, Unit of issue is LS CLIN 2001 - Delivery of National/Local Newspapers and Periodicals - Quantity is 1, Unit of issue is LS CLIN 3001 - Delivery of National/Local Newspapers and Periodicals - Quantity is 1, Unit of issue is LS CLIN 4001 - Delivery of National/Local Newspapers and Periodicals - Quantity is 1, Unit of issue is LS (vi) Description of Requirement: The Contractor shall procure and deliver national newspapers and periodicals to specified Department of State designated Annex's as described in the Statement of Work, see Attachment 4. The contractor shall furnish the necessary personnel, materials, equipment, services, and facilities (except as otherwise specified), to perform the statement of work, identified herein. Newspapers will be delivered on the day of publication. The contractor shall deliver and deposit newspapers and periodicals, bundled and labeled as described, in the delivery schedule, see Attachment 2, at the locations designated, see Attachment 1 for delivery instructions. Time of delivery will be no later than 6:00 AM, except for those bundles ordered for 4:30 AM delivery. See Attachment 2 for bundle requirements, delivery times, and delivery destinations. (vii) Delivery Requirements: This is an IDIQ contract for a base and four option years. Delivery orders shall be issued in accordance with contract specifications and bundle requirements. See attached statement of work. Delivery and start dates for subscriptions will be January 1, or as provided for in delivery orders. Delivery of newspaper and magazine bundles will be to US Department of State Harry S Truman Building 2201 C Street NW Washington, DC 20520 US Department of State -- SA-42 George P. Shultz National Foreign Affairs Training Center 4000 Arlington Blvd. Arlington, VA 22204-1500 US Department of State -- SA-20 1801 North Lynn Street Arlington, VA 20522 US Department of State - SA-16 Foreign Press Center 529 14th Street NW Washington, DC 20045 Delivery is required by daily by 4:30 AM or 6:00 AM as per stated in the statement of work. The FOB point is Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. (ix) Evaluation - Commercial Items. The specific evaluation criteria are as follows: The Government intends to evaluate offers and award without discussions. Therefore, the initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later determined necessary by the Contracting Officer. The Government may reject any or all offers if such action is in the public's interest, and waive informalities and minor irregularities in offers received. Discussions, if held, may take the form of written questions, as well as oral presentations. This RFP does not commit the Government to pay any costs incurred in the submission of any proposal or in making necessary studies for the preparation thereof. The RFP does not commit the Government to procure or contract for said services. The Contracting Officer is the only individual who can commit the Government to the expenditure of public funds in connection with this proposed procurement. The Government intends to award to the lowest priced technically acceptable offeror. Each non-price factor will be rated on a pass/fail basis, and an offeror must receive a Pass on each factor to be deemed acceptable. Only one award will be made. The criteria for evaluating the proposal received, in order of priority, are as follows: Technical A. The Government will determine acceptability by first assessing the offeror's compliance with the terms of the Request for Proposal (RFP). The offeror must properly complete and submit all sections of the solicitation. Proposals which do not comply with the RFP may be rejected on that basis. B. The offeror must be able to demonstrate that it has the necessary resources and facilities to provide on-time delivery and provided requested newspapers and periodicals. The offeror shall submit technical documentation and other relevant information to adequately support the following: Factor 1: Quality Control Plan: Provide a detailed outline of the proposed Quality Control Plan for this project to assure compliance with the conditions and specifications (i.e., how the offeror proposes to ensure the work is meeting the standards set forth in the contract). • the ability to acquire the requested newspaper and journals • the access to warehouse facilities and vehicles • the ability to maintain daily deliveries of newspapers and periodicals from many publishers • the ability to deliver specific newspaper bundles by 4:30 AM and the remaining bundles by 6:00 AM. • the ability to redeliver missing papers, as notified by the COR, before 10:00 AM. Factor 2: Related Past Experience: Provide an outline of current or previous experience with similar work, including whether work was performed satisfactorily and on time. Show satisfactory record of integrity and business ethics. Show necessary organization and skills or the ability to perform the requirement. Factor 3: Key Personnel (1) The Contractor shall assign to this contract the following key personnel: LABOR CATEGORY NAME Project Manager (TDB) (2) The Contractor agrees that a partial basis for award of this contract is the list of key personnel proposed. Accordingly, the Contractor agrees to assign to this contract those key persons whose resumes were submitted with the proposal necessary to fulfill the requirements of the contract. No substitution shall be made without prior notification to and concurrence of the Contracting Officer. During the first ninety days of performance, the Contractor shall make no substitutions of key personnel unless the substitution is necessitated by illness, death, or termination of employment. (3) All proposed substitutes shall meet or exceed the qualifications of the person to be replaced. The Contracting Officer shall be notified in writing of any proposed substitution at least forty-five days, or ninety days if a security clearance is to be obtained, in advance of the proposed substitution. Such notification shall include: (1) an explanation of the circumstances necessitating the substitution; (2) a complete resume of the proposed substitute; and (3) any other information requested by the Contracting Officer to enable him to judge whether or not the Contractor is maintaining the same high quality of personnel that provided the partial basis for award. Past Performance Offerors shall provide references from three (3) recent projects similar in size and scope to this requirement. Include contact names and phone numbers and describe the projects. Price C. Price will be evaluated by determining the lowest overall price that is found technically acceptable. See Attachment 3 for pricings spreadsheet. Responsibility Determination D. Before award, the Government will determine contractor responsibility by analyzing whether the apparent successful offeror complies with the requirements of FAR 9.1, including: adequate financial resources or the ability to obtain them; ability to comply with the required performance period, taking into consideration all existing commercial and governmental business commitments; satisfactory record of integrity and business ethics; necessary organization, experience, and skills or the ability to obtain them; necessary equipment and facilities or the ability to obtain them; and be otherwise qualified and eligible to receive an award under applicable laws and regulations. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with this offer. (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 clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6 ALT I, 52.204-10, 52.204-14, 52.209-6, 52.209-9, 52.219-6, 52.219-6, 52.219-8, 52.219-9, 52.219-13, 52.219-14, 52.219-16, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.222-40, 52.222-54, 52.223-9, 52.223-18, 52.225-13, 52.232-33. The full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ and https://www.acquisition.gov/ (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.204-9, 52.209-7, 52.216-2, 52.216-18, 52.217-5, 52.217-6, 52.216-9, 52.216-22, 52.217-8, 52.217-9, 52.232-18, 52.232-39, 52.232-40, 652.206-70, 652.209-79, 652.216-70, 652.225-70, 652.225-71, 652.232-72, 652.242-70, 652.242-73. The full text of these clauses may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ and https://www.acquisition.gov/ (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: NOT APPLICABLE (xv) Offers are due on 11/12/2014, by 12:00 PM Eastern Time, Attention: Celenne Cook, US Department of State, 1735 N. Lynn Street, Arlington, VA 22209 or via email to cookcg@state.gov. (xvi) All questions regarding this solicitation must be directed to Celenne Cook at cookcg@state.gov. Questions must be submitted by 11/4/2014 to be answered prior to the offer due date. Only the Contract Specialist and Contracting Officer may be contacted regarding this solicitation. If communication concerning this solicitation occurs with any other Government personnel (or Contractor support personnel), the offeror making such contact may be excluded from award consideration.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA15R0019/listing.html)
 
Place of Performance
Address: District of Columbia, United States
 
Record
SN03570080-W 20141112/141110233959-57eb3326cd79402928d721ac50146b74 (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.