Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2014 FBO #4779
SOLICITATION NOTICE

76 -- THE WINDSOCK - Attachment 1 - Solicitation

Notice Date
12/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511110 — Newspaper Publishers
 
Contracting Office
Department of the Navy, United States Marine Corps, MCAS Cherry Point, Cherry Point Satellite Contracting Office, PSC Box 8018 MCAS, Cherry Point, North Carolina, 28533-0018, United States
 
ZIP Code
28533-0018
 
Solicitation Number
M00146-15-R-9009
 
Archive Date
2/27/2015
 
Point of Contact
Oronde Dominique, Phone: 252-466-7726, Christopher Poulos, Phone: 252-466-4038
 
E-Mail Address
oronde.dominique@usmc.mil, christopher.poulos@usmc.mil
(oronde.dominique@usmc.mil, christopher.poulos@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Description of The Windsock requirement Location of all newspaper drop offs. Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 11,500 Each THE WINDSOCK FFP PUBLICATION AND DISTRIBUTION OF THE CIVILIAN ENTERPRISE NEWSPAPER - WINDSOCK in accordance with the Statement of Work (Section C). The Windsock is published 50 times per year. "NOT TO EXCEED" a circulation of 11,500. Period of Performance: 16 February 2015 through 15 February 2016 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 11,500 Each OPTION THE WINDSOCK FFP PUBLICATION AND DISTRIBUTION OF THE CIVILIAN ENTERPRISE NEWSPAPER - WINDSOCK in accordance with the Statement of Work (Section C). The Windsock is published 50 times per year. "NOT TO EXCEED" a circulation of 11,500. Period of Performance: 16 February 2016 through 15 February 2017 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 11,500 Each OPTION THE WINDSOCK FFP PUBLICATION AND DISTRIBUTION OF THE CIVILIAN ENTERPRISE NEWSPAPER - WINDSOCK in accordance with the Statement of Work (Section C). The Windsock is published 50 times per year. "NOT TO EXCEED" a circulation of 11,500. Period of Performance: 16 February 2017 through 15 February 2018 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001 11,500 Each OPTION THE WINDSOCK FFP PUBLICATION AND DISTRIBUTION OF THE CIVILIAN ENTERPRISE NEWSPAPER - WINDSOCK in accordance with the Statement of Work (Section C). The Windsock is published 50 times per year. "NOT TO EXCEED" a circulation of 11,500. Period of Performance: 16 February 2018 through 15 February 2019 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001 11,500 Each OPTION THE WINDSOCK FFP PUBLICATION AND DISTRIBUTION OF THE CIVILIAN ENTERPRISE NEWSPAPER - WINDSOCK in accordance with the Statement of Work (Section C). The Windsock is published 50 times per year. "NOT TO EXCEED" a circulation of 11,500. Period of Performance: 16 February 2019 through 15 February 2020 SECTION B - NOTES B.1 GENERAL INTENTION. The purpose of this requirement is to establish a contract for publication and distribution of a Civilian Enterprise (CE) newspaper "Windsock" as requested by the Public Affairs Office, Marine Corps Air Station, and Cherry Point, NC. The CE newspaper is subject to the requirements of DoD Instruction 5120.4, dated 16 June 1997, Department of Defense Newspapers, Magazines and Civilian Enterprise Publications and other listed in Attachments. The purpose of the civilian enterprise newspaper is to provide a free flow of news and information to DoD personnel and their families. B.2 TYPE OF CONTRACT. This is a "no cost" type of contract. Neither appropriated nor non-appropriated funds will be used to pay for any costs incurred by the contractor in publishing the newspaper. Consideration to the contractor comes from the right to sell and circulate advertising. The CE publisher shall only use the space agreed upon for advertising (Section C3.1.1.). Although this contract is not subject to the Federal Acquisition Regulation (FAR) or the Defense Federal Acquisition Regulation Supplement (DFARS), FAR or DFARS clauses useful in protecting the interest of the Government and implementing those provisions required by law are included. B.3 PERIOD OF PERFORMANCE. The base period of this contract will be one year. The contract includes four (4) twelve-month option periods, to be exercised at the discretion of the Government. The total period of the contract, including options, shall not exceed five (5) years. The contractor is "NOT AUTHORIZED" to execute and or exercise the option periods identified within the contract without written approval/authorization for the Contracting Office identified in section 9 of the SF 1449. The periods will be as follows: Base Period: 15 February 2015 - 14 February 2016 - Option One: 15 February 2016 - 14 February 2017 - Option Two: 15 February 2017 - 14 February 2018 - Option Three: 15 February 2018 - 14 February 2019 - Option Four: 15 February 2019 - 14 February 2020 SECTION C - STATEMENT OF WORK SECTION C1 INTRODUCTION C1.1 SCOPE. The Cherry Point Windsock, hereafter the Windsock, is the authorized, unofficial publication of Marine Corps Air Station Cherry Point, North Carolina (MCAS Cherry Point). As such, its contents do not necessarily reflect the official views of, nor constitute an endorsement by, the Department of Defense (DoD). The Windsock is a civilian enterprise (CE) newspaper, published by a CE contractor (hereafter referred to as the "Publisher") under contract with MCAS Cherry Point. As such, the Windsock contains advertising sold by the Publisher, and may contain supplements or inserts. The Publisher sells advertising to cover costs and secure earnings. Other advertising provisions are contained in this Statement of Work (SOW). The Publisher also provides personnel to aid and support the Windsock staff to support newspaper operations as stipulated in this SOW. The Windsock is published 50 times per year with a circulation of 11,500. It is a key medium in the Commander's internal information program and is used to communicate mission-essential information to members of the command, including Marines, Sailors, civilian employees, and family members. A typical issue of the Windsock contains most, if not all, of the following elements: command, Marine Corps and Department of Defense news/features, Commander's comments; letters to the editor; editorials; commentaries; features; sports; entertainment items; Marine Corps Community Services news and announcements; installation and local community news briefs and announcements; photography; line art and classified advertisements. The Publisher may provide material for use in the newspaper if approved by the Commander, or Public Affairs Officer (PAO) as the Commander's representative. All editorial content used in preparing the Windsock, whether used in an issue of the newspaper or not, is the property of the Marine Corps. The PAO provides oversight and final approval authority for all editorial and advertising content of the paper. C1.1.1 The Contractor shall prepare, produce, publish and distribute at weekly intervals, a CE newspaper, to be known as The Windsock and its website, barring national catastrophe or failure to adhere to editorial and pictorial deadlines by the Government. This publication shall comply with all applicable provisions of the: • Department of Defense (DoD) Instruction 5120.4 (16JUN97), • DoD Direction 5122.10 (21NOV2000), • Department of Navy (DoN) rules and regulations, Marine Corps Publication and Printing regulations (MCO 5720.74); • and SecNavInst 5720.44C. Upon request, copies of the above references will be made available to the Contractor by PAO. C1.2 Concept. To have a responsible firm publish the Windsock newspaper using copy collected and laid out entirely by the Publisher. Publisher will gather copy from standard sources, including but not limited to: Defense Video and Imagery Distribution System (DVIDS), Marines.mil, articles provided by PAO, local news sources (for off-base events), base organizations such as Marine Corps Community Services, Joint Safety Office, Chaplain's Office, Chow Hall, Single Marine Program, and others designated by the PAO. Priority for story publication will be determined by the PAO, but generally will be laid out by the Publisher in the following order: local (on-base) news including news briefs, local (on-base) features, local (on-base and regional) announcements, Corps-wide news and features, especially those that might be of interest to local Marines. Publisher will design and lay out all pages in accordance with the Editors' SOP, which will be provided by the PAO. PAO will have oversight and final decision on all copy and design layouts. C1.2.1 To enhance the quality of life for military and civilian personnel serving and living at Cherry Point by providing news and information that is informative, educational and entertaining. C1.2.2 To provide a forum for individuals to express opinions concerning relevant matters, thought-provoking ideas, tasteful and colorful humor; and to provide a place for the submission of advertisements free of charge as described elsewhere in this contract. C1.2.3 To enhance and preserve the customs and traditions of the United States Marine Corps. SECTION C2 DEFINITIONS AND ABBREVIATIONS C2.1 STANDARD DEFINITIONS. Definitions of specific terms and phrases used in this Contract. C2.1.1 ADMINISTRATION. All post award functions to ensure adherence to terms and conditions of the contract. C2.1.2 CIVILIAN ENTERPRISE NEWSPAPER. Newspaper published by commercial publishers under contract with the DoD Components or their subordinate commands. The Commander or Public Affairs Office provides oversight and final approval authority for the news and editorial content of the paper. C2.1.3 CONTRACTING OFFICER. A person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. The term includes certain authorized representatives of the contracting officer acting within the limits of their authority as delegated by the Contracting Officer. C2.1.4 CONTRACTING OFFICER'S REPRESENTATIVE (COR)/ALTERNATE COR (ACOR). See Section H, Note H3. C2.1.5 CONTRACTOR. The term "Contractor" as used herein refers to both the prime Contractor and any subcontractors. The Contractor shall be responsible for assuring that his subcontractors comply with the provisions of this contract. (Note: For the purpose of this contract, "Contractor" is the same as "Publisher.") C2.1.6 GOVERNMENT-FURNISHED PROPERTY. This term as used in this contract means any supplies or facilities furnished by the Government, for use in connection with the performance of this contract. C2.1.7 INDUSTRY STANDARD. This term as used in this contract means an established norm or requirement in the related industry. Examples include types of equipment and procedures used by the majority of modern newspaper publishing companies for printing and Web design. C2.1.8 INFORMATION TECHNOLOGY (IT). Any equipment or inter-connected system or subsystem of equipment that is used in the automatic acquisition, storage, manipulation, management, movement, control, display, switching, interchange, transmission, or reception of data or information by the executive agency. The term IT includes computers, ancillary equipment, software, firmware, and similar procedures, services (including support services) and related resources. IT replaces the terms "Federal Information Processing" and Automated Data Processing Equipment (ADPE) as per the Clinger-Cohen Act of 1996. C2.1.9 INSERTS. A flier, circular, or freestanding advertisement placed within the folds of the newspaper. No disclaimer or other labeling is required. C2.1.10 OPTION. A unilateral right in a contract by which, for a specified time, the Government may elect to acquire additional supplies or services called for by the contract, or may elect to extend the term of the contract. C2.1.11 PAGE DUMMIES. Pages, usually legal size, which are used by the Contractor and the Public Affairs Office to give a rough description of what a completed page will look like. Page dummies are initiated by the Contractor to plan a forthcoming edition by indicating to his staff which portions of the paper will contain advertising and which portions will contain space for editorial copy. C2.1.12 PAGE PROOFS. Metered broadsheet pages which follow the prescription of their specific page dummies after all advertising and editorial content have been electronically "pasted up" on them. These are reviewed for geometric uniformity, editorial accuracy, and to ensure SOP and other PAO guidelines have been adhered to by the Contractor immediately prior to printing. C2.1.13 PASTE-UPS. Refers to the physical placement of advertisements, photographs or editorial copy on a metered broadsheet page. C2.1.14 SHALL. This word is used in connection with the Contractor and specifies that the provision is binding. C2.1.15 SUPPLEMENTS. Features, advertising sections, or Marine Corps Community Services (MCCS) sections printed with or inserted into publications for distribution. Supplements shall be labeled "Supplement to THE WINDSOCK". Editorial content in supplements is subject to approval by the Public Affair's Officer. C2.1.16 WILL. This word is used in connection with the Government and specifies that the provision is binding. C2.2 STANDARD ABBREVIATIONS. Complete spelling of commonly used abbreviations in this Performance Work Statement (PWS). C2.2.1 ACOR. Alternate Contracting Officer's Representative C2.2.2 AD/ADS. Advertisement/Advertisements C2.2.3 CE. Civilian Enterprise C2.2.4 COR. Contracting Officer's Representative C2.2.5 CO. Contracting Officer C2.2.6 DoD. Department of Defense C2.2.7 DoN. Department of the Navy C2.2.8 ISMD. Information Systems Management Division C2.2.9 IT. Information Technology C2.2.10 MCAS. Marine Corps Air Station C2.2.11 MCB. Marine Corps Base C2.2.12 MCCS. Marine Corps Community Service C2.2.13 MCO. Marine Corps Order C2.2.14 PAO. Public Affairs Office C2.2.15 PWS. Performance Work Statement C2.2.16 QA. Quality Assurance C2.2.17 QC. Quality Control C2.2.18 CPNC. Cherry Point, North Carolina C2.2.19 FIP. Federal Information Processing SECTION C3 CONTRACTOR FURNISHED ITEMS AND SERVICES C3.1 The Publisher agrees: Except for those items or services specifically stated to be Government furnished in Section C4, the Contractor shall provide all items and services needed to perform this contract. C3.1.1 The Windsock shall be broadsheet size newspaper, consistent in page-length as necessitated by the editorial content provided by the PAO in maintaining the ratio of advertising to editorial content as outlined in paragraph C3.8.5. The newspaper will have no less than 16 pages, unless specifically agreed upon by both the PAO and the Publisher. The newspaper will contain two sections, A (News and Features) and B (Life and Times). Front pages for all sections shall be color. C3.1.2 The Publisher will make every attempt to use timely articles in the editorial sections of the Windsock. To that end, unless otherwise approved by PAO, no articles or related editorial material printed in the Windsock will be more than 14 days old (based on when it was posted online by its author for release). C3.2 Deadlines: The Publisher shall have all Corps News pages and Page B3 ready for review by the Windsock editor no later than 0800 Monday. The Publisher shall have all remaining pages ready for review by the PAO by 1500 on Tuesday. The PAO shall provide proofing comments to Publisher by 0800 Wednesday. A final proof for the PAO shall be completed by 1000 on Wednesday, if deemed necessary by the PAO. The PAO will complete its review of the final proof by 1200 on Wednesday. This schedule may be moved to the left (earlier) during holiday schedules upon agreement between both parties. C3.3 Nameplate: The nameplate (flag) of each issue shall include the volume number and date. C3.3.1 No advertising shall be included on the front page of any section. Additionally, the PAO shall at its discretion have two additional pages in each section with no advertising. The recommended pages without advertising are A1-A3 and B1-B3. C3.3.2 The Publisher shall provide full color on all pages if PAO deems necessary. However, editorial photos on any page that has a color ad shall also be in color. PAO retains the right to use black and white on any page as needed or appropriate. C3.3.3 All photos and other editorial content used in the production of the Windsock, whether used in the Windsock or not, remain the property of the Government. C3.3.4 Four special edition tabloid inserts shall be printed for inclusion in the newspaper each year. The size and content of such special inserts will be identified to the Publisher 15 days before each run. It is understood that all terms and conditions of this contract shall apply to each special edition with the exception of advertising. There shall be no advertising in special inserts. C3.3.5 On a yearly basis, the Contractor shall provide a hard bound volume of all the previous year's issues of the Windsock. The volume shall be provided by 1 March each year. C3.3.6 The Publisher shall where economically feasible use recycled paper for the publication of the CE newspaper. C3.3.7 The Publisher shall use standard newsprint, recyclable paper subject to requirements of applicable laws and regulations. C3.4 WEB SITE. C3.4.1 The Contractor shall be responsible for creating, maintaining, marketing and posting a Web site for the Windsock that adheres to current industry standards. The site will use the same format as other standard news organization Web sites - examples include The Los Angeles Times, The New York Times, USA Today, and The Raleigh News & Observer. The site shall be updated with information from each week's copy of the Windsock by 7:30 a.m. on the day of publication. Additional stories or information provided by the PAO from time to time shall also be posted to the site within 24 hours. C3.4.2 The Website may also include advertisements that were published in the Windsock. Additional advertising will be allowed and all advertising rules as set forth in Section C3.8 will apply. C3.5 Facilities: The Publisher shall provide an office for the publication of the WINDSOCK. The Contractor Liaison/Quality Assurance Manager and Graphic Artist/Layout Design Artist (C3.12.3 and C3.12.4) shall work from this location, with the following exception. The Graphic Artist/Layout Design Artist will work at the JPAO office at Cherry Point each Tuesday during normal working hours, 8 a.m. until 4 p.m. This schedule may be adjusted by the PAO to accommodate holiday production schedules. The newspaper archive will be located at the Publisher provided facility. Personal meetings between the Publisher and PAO personnel will be conducted at the PAO office or any site chosen by the PAO. C3.6 EQUIPMENT. C3.6.1 The Contractor shall provide the below listed equipment or approved equivalent for the performance of this contract. The equipment provided by the Contractor shall be new. All equipment shall be in first class, industry standard operating condition (complete operating order and in compliance with the manufacturer's operating specifications). Additionally, the Publisher shall furnish all necessary supplies, repair parts, materials, tools, and support equipment required to perform all services. C3.6.2 The Contractor shall provide up-to-date versions of the following equipment suite on the PAO premises: A. Computer Workstation. The Publisher shall provide one (1) networked computing workstation consistent with the industry standard for use in editing stories, editing photos and other needs necessitated by the PAO. The workstation shall have a color monitor 20 inches in size or larger. The workstation should be equipped, at minimum, with the current versions of Microsoft Office and the Adobe Creative Suite. Additionally, the Publisher shall update software as available to remain within the industry standard. B. Server/Shared Drive. Publisher will provide one (1) networked server/shared drive capable of transferring files between the PAO and the publisher. Publisher will provide Server/Shared Drive network access for Government laptop computers for internal Windsock production and archiving. C. Digital Cable Modem. Publisher will install and maintain one (1) digital cable modem in the PAO to provide a cable internet connection, as well as the required internet subscription service described in paragraph C3.6.2.E. D. Wireless Router. Publisher will install and maintain a wireless router to provide sufficient Wi-Fi Internet connection capability to all networked devices, including multiple Government laptop computers, the computer workstation described in paragraph C3.6.2.A., and the printer described in paragraph C3.6.2.F. E. Internet Connection. The Publisher shall install a broadband Internet connection to maintain connectivity between the Publisher and the Joint Public Affairs Office. F. Printer. Publisher provides one printer capable of printing commonly used paper sizes up to 11x17 inch for printing of newspaper flats for review. Publisher will provide replacement printer toner and paper. G. Stylebook. Publisher will provide account access for JPAO to the Associated Press Style book at http://www.apstylebook.com for use by JPAO staff. C3.6.3 The Publisher shall provide a subscription to a clip art service accessible from PAO premises. C3.6.4 The Publisher shall provide quarterly training regarding the use of equipment to accommodate new journalists at the PAO. C3.6.5 The Publisher's computer equipment will be analyzed bi-annually and/or at each contract renewal date by PAO to determine adequacy, compatibility and to determine if any upgrades are necessary. The Contractor shall familiarize and train Public Affairs personnel in electronic transmission of data. Throughout the life of the contract, technological upgrades will be required to remain competitive with current industry standards in compliance with Marine Corps Standards. The equipment shall be upgraded as needed to maintain current acceptable standards throughout the Marine Corps. C3.6.6 EQUIPMENT MAINTENANCE. The Contractor shall be responsible for and bear the expense of maintaining and repairing all equipment furnished by the Contractor. The Contractor shall ensure required maintenance and repairs are accomplished within a period not to exceed 24 hours from the time a notice for maintenance has been initiated. If equipment cannot be repaired, one-for-one replacement of inoperable equipment shall be provided. In the event of catastrophic equipment failure, the Publisher shall provide alternative solutions to publish the newspaper. C3.6.7 EQUIPMENT INVENTORY. At the start of the basic contract period, the Contractor and a Government representative shall conduct a joint inventory of all Contractor furnished equipment. A Contractor and Government representative shall jointly determine the working order and condition of all Contractor furnished equipment; and, shall certify their agreement as to the working order and stated condition of all equipment provided by the Contractor. At completion of the contract, the Contractor and a Government representative shall conduct a joint inventory of equipment. The Contractor shall repair all equipment in need of repairs/maintenance before the joint inventory is made. The Government is not responsible for normal wear and tear of equipment. If the Contractor and Government representative fail to agree on the working order of Contractor furnished equipment, this failure to agree shall be treated as a dispute. C3.6.8 The Contractor shall engrave all computer equipment in such a way as to facilitate recovery in the event of loss or theft and for inventory purposes. C3.6.9 REMOVAL OF EQUIPMENT. Upon termination of the contract, the Contractor shall, within 24 hours remove all Contractor-owned supplies and/or property from the premises. C3.7 SERVICE MATERIALS C3.7.1 The Contractor shall provide additional supplies at PAO site, including dictionaries, thesauruses and latest edition of the Associated Press Style Guide. Publisher shall also provide in a timely manner all supplies required for continued operation of Publisher-provided equipment, including paper, cartridges, toner, and other support items. C3.7.2 The Contractor shall provide personnel, transportation, supplies, material, equipment and services for the production and delivery of the Windsock in sufficient quantities to allow consistency of design each time the newspaper is published. All of these items shall be available on contract start date and throughout the contract period. C.3.8 ADVERTISING. C3.8.1 The Contractor shall assume full responsibility for advertising content. The Publisher shall be responsible for the accuracy of any advertisement appearing in the Windsock, and shall accept for publication in the Windsock only those advertisements that conform to generally accepted standards of propriety and good taste. The PAO reserves the right to review all proposed advertisements deemed objectionable or inimical to the interests of the air station, prior to the layout of advertising space. Any advertisement received by the Publisher shall be submitted to the PAO for review and approval or disapproval if there is a question as to whether it complies with the restrictions listed in Sections C3.8.12 and C3.8.13. C3.8.2 The Contractor shall implement the following advertisement review process, when directed, if it is determined by the Commanding Officer or the PAO as the designated representative, that the Publisher-only review is not sufficient to ensure compliance with regulations and provisions of this contract governing advertising. The Contractor shall provide laid out copies of all advertisements by 10 a.m. the Tuesday before publication to ensure compliance with advertising provisions in this section and applicable in any case. If any advertisements are identified that are contrary to these provisions, the PAO shall request that the contractor delete any such advertisements. If the Publisher prints the issue containing the objectionable advertisement(s), the Commander may prohibit distribution of the Windsock in accordance with DoD Directive 1325.6. C3.8.3 SERVICES EXCLUDED/PROHIBITED PRACTICES. C3.8.3.1 The Contractor and his subcontractors, affiliates, employees, sales representatives and agents, in the conduct of business concerning the Windsock newspaper, shall not: C3.8.3.2 Represent in any manner, expressly or by implication, that advertisements published as a result of this contract are approved or endorsed by an element of the United States Government. Any advertisement, including cents-off coupons, by the Contractor, which refers to a military resale activity, shall contain a statement that the advertisement was not paid for or sponsored, in whole or part, by the particular activity. C3.8.3.3 Publish advertisements for alcohol or tobacco. C3.8.3.4 Publish advertisements which incorporate a Marine Corps emblem. However, this prohibition shall not preclude the use of other Marine Corps related graphics. C3.8.3.5 Publish advertisements for lewd and lascivious materials or activities (e.g. X-rated movies or movie houses); this includes veiled references to such activities. C3.8.3.6 Publish advertisements for off-limit establishments. A list of off-limit establishments may be obtained from the PAO. C3.8.3.7 Allow the use of advertisement for gambling, lotteries, raffles, bingo or other games of chance conducted by a commercial organization whose primary business is conducting lotteries. (Notices of such activities shall not be included in announcements or other editorial matter not of a news nature.) Bingo games and lotteries conducted by a commercial organization whose primary business is conducting lotteries may not be advertised in the CE publication. Non-lottery activities (e.g., dining at a restaurant or attending a musical performance) of a commercial organization whose primary business is conducting lotteries may be advertised in the civilian enterprise newspapers. Exceptions are allowed for authorized State lotteries, lotteries conducted by a not-for-profit organization or a governmental organization or conducted as a promotional activity by a commercial organization and clearly occasional and ancillary to the primary business of that organization. An exception also pertains to any gaming conducted by an Indian tribe under 25 U.S.C. 2720. C3.8.3.8 List Marine Corps "Official Business" telephone numbers in any advertisements. C3.8.3.9 Publish advertisements employing discrimination against any person because of race, religion, national origin, age, color, or sex. C3.8.3.10 Publish political advertisements. The newspaper(s) shall not contain campaign news, partisan discussions, cartoons, editorials, or commentaries dealing with political campaigns, candidates, or issues. The newspaper(s) shall not carry paid political advertisements for a candidate, party, or which advocate a particular position on a political issue. This includes those advertisements advocating a position on any proposed DoD policy or policy under review. C3.8.3.11 Enter into any exclusive advertising agreement with any firm, broker, or individual for the purpose of selling advertising associated with this contract. C3.8.3.12 Use names, initials, rank or rate, or unit of military personnel appearing in testimonial advertising. C3.8.3.13 Carry any advertisement that violates or rejects DoD equal employment opportunity policy. C3.8.3.14 Use any manipulative, deceptive or fraudulent device, scheme or artifice, including misleading advertising and sales literature. C3.8.3.15 Enter into unauthorized or restricted areas. C3.8.3.16 Represent or permit him to be represented to the public as an agent or employee of the Government. C3.8.3.17 Sell or remove any property, which is owned by the Government and is used in the operation of this contract. C3.8.3.18 Knowingly and/or willfully violate the Truth-in Lending Act or any other unethical practices. C3.8.3.19 Subscribe, even at no cost, to a commercial or feature wire or other service whose primary purpose is the advertisement or promotion of commercial products, commodities, or services. C3.8.3.20 Publish any material that implies that the DoD Components or their subordinate levels endorse or favor a specific commercial product, commodity, or service. C3.8.3.21 Publish advertisements from establishments that engage in predatory loan practices including but not limited to those businesses offering payday loans, refund anticipation loans, car title loans, and loans with an effective annual interest rate exceeding 36 percent. Prior to agreeing to publish a proposed advertisement, the Publisher shall make reasonable inquiry to determine if the advertisement violates MCIEAST predatory lending policy. If any question whatever exists as to the advertisement's viability under MCIEAST policy, the Publisher shall consult with PAO/SJA MCAS Cherry Point prior to publication. In circumstances where the Publisher is already contractually bound to a business that has been deemed by Marine Corps Base Camp Lejeune and/or Marine Corps Air Station Cherry Point to engage in predatory lending, the Publisher agrees to cease advertising for such business at the earliest time allowable under the contract (see MCIEAST Commanding General's Policy Letter 007-07). C3.8.4 The Contractor shall include in the Windsock's masthead the following disclaimer, in no smaller than 6-point: "The Windsock" is an authorized publication for members of the Department of Defense. Content of the Windsock is not necessarily the official views of, or endorsed by, the U.S. Government, the Department of Defense, the U.S. Marine Corps, Marine Corps Air Station Cherry Point, or the Joint Public Affairs Office, Cherry Point, N.C. The appearance of advertising in this publication, including inserts or supplements, does not constitute endorsement by the Department of Defense, the U.S. Marine Corps, or the Publisher, of the products or services advertised. Everything advertised in this publication shall be made available for purchase, use, or patronage without regard to race, color, religion, sex, national origin, age, marital status, physical handicap, political affiliation, or any other non-merit factor of the purchaser, user or patron. The Windsock is published by (Publisher's name), a private firm in no way connected with the Department of Defense, or the U.S. Marine Corps, under exclusive written contract with Marine Corps Air Station Cherry Point, N.C. The editorial content of this publication is the responsibility of the Joint Public Affairs Office. The Windsock is a registered trademark. To address any distribution problems, please contact the (Publisher) at (Publisher phone number)" In addition to the required advertising information listed above, the masthead must include the following: "The editorial content of this publication is approved by the Marine Corps Air Station Cherry Point Public Affairs Office." Additionally, the names of the Commanding Officer, Joint Public Affairs Officer, and Editorial Staff; the Joint Public Affairs Office address and phone number; and the frequency of publication, method of reproduction and total number of circulation, shall be included in the masthead. The names of the Contractor and employees may be listed separately. Each story published from an outside source will include the following disclaimer at the end, "This story was provided by an outside source. Comments or questions about this story should be directed to (writer's email address)." C3.8.5 The Contractor shall notify advertisers of the requirements stated in the masthead in C3.8.3 above. C3.8.6 Ad Layouts: The advertising-to-editorial ratio shall not be larger than 60% advertising to 40% editorial copy per single issue. Inserts/supplements will not count against the advertising to editorial ratio, but shall be clearly marked as advertising material and shall be bound by the conditions set forth by this contract. Inserts/supplements are subject to review as noted in Section C3.8.1 and C3.8.2. The Commanding Officer or his representative may limit the number of advertising inserts should they determine that such inserts are excessive. C3.8.7 The Contractor shall facilitate contemporary modular design of editorial material. Advertising on all pages in all sections will be blocked across the top of the ad block if a horizontal format, or along a vertical line, the length of the page if a vertical format. Ads shall be sold only in 2, 3, 4, and 6-column widths. Ads shall not be horizontally combined to form widths other than 2, 3, 4, and 6 columns. Ads within ad space shall fill the entire ad space. An alley of one (1) pica between ads shall be the standard. All published ads shall be in rectangular form; Purchased ad space must be filled by either enlarging ads or by bordering ads around the perimeter of purchased space. The weight of perimeter borders shall be consistent to within one (1) point of other borders on the page. The PAO or a designated representative may specify advertising layout that prevents awkward ad structures impeding effective text layout and to enhance communication effectiveness of the Windsock. C3.8.8 The Publisher shall coordinate deadlines for advertising with affected MCAS Cherry Point agencies, including Marine Corps Community Services. C3.8.9 Commercial advertising and advertising supplements may be included but shall be clearly labeled as advertising and readily distinguishable from editorial content. All advertising shall be solicited by the Publisher with the exception of the "Free Classified Advertisements" outlined in Section C3.8.17. The Publisher and his representatives shall conduct all business operations concerning the newspaper on an ethical and business like basis, dealing honestly and fairly with all advertisers or others inquiring about the Windsock. C3.8.10 The Contractor shall not subcontract or enter into any exclusive advertising agreement with any firm, broker, or individual for selling advertising associated with this contract. C3.8.11 The contractor shall not solicit or accept advertising in the name of U.S. Marine Corps, Marine Corps organizations/units/activities, the U.S. Navy, or other component of the Department of Defense. C3.8.12 The Contractor shall not represent in any manner, expressly or by implication, that items or services purchased or sold under this contract are approved or endorsed by any element of the U.S. Government. Any advertisement, including cents off coupons, by the Publisher, which refers to a military resale activity, shall contain a statement that the advertisement was neither paid for nor sponsored, in whole or in part, by any government organization. C3.8.13 The Contractor shall not solicit, accept or publish advertising, including inserts and supplements, that: Discriminate in violation of the policy described in C3.8.4; endorse political candidates or parties; advocate a particular position on a political issue; advocate a position on any proposed DoD policy or policy under review; advocate lobbying elected officials on a specific issue; in the Government's opinion are objectionable or obscene in nature; reflect adversely upon the Government of the United States or any of its components; advertise for establishments declared "off limits" by the command (list provided by the command); imply Department of Defense or Marine Corps endorsement of any product, commodity or service; are contrary to law or to DoD or Marine Corps regulations; in the Government's opinion pose a detriment to the mission and performance, morale, welfare and discipline of the command, DoD personnel, or their family members; contain the DoD, Marine Corps or other service emblem without written permission; glamorize the use of alcohol and/or tobacco; do not carry a clear statement of the total cash price of products/services and credit terms offered; advertise for bingo games or lotteries conducted by a commercial organization whose primary business is conducting lotteries (postal regulations highlight exceptions); and other restrictions as deemed appropriate by the Marine Corps/command. C3.8.13 The Contractor shall refuse to print advertising from an advertiser if there is confirmation that an advertiser has violated or rejected the equal opportunity policy in C3.8.4 above, until the violation is corrected. C3.8.14 Advertising by any section shall not be run sideways nor upside down to attract attention unless approved by PAO. C3.8.15 The Windsock editor shall have the option of adding the word "ADVERTISEMENT" to any ad he or she determines to be similar in appearance to editorial content. If purchase space does not allow room for the word "ADVERTISEMENT," the editor shall have the option of adding editorial space to the ad to fit the word "ADVERTISEMENT." C3.8.16 The Publisher may, at its discretion, publish an advertising insert weekly in the Windsock. The insert shall be clearly marked as advertising material and shall be bound by the conditions set forth in this contract. Permission for this insert may be withdrawn at any time and for any reason by the PAO. Subject matter for the insert is subject to the approval of the PAO. C3.8.17 FREE CLASSIFIED ADVERTISING. The Contractor shall provide free classified advertising consistent with the following policy: (1) Active duty or retired military personnel from all branches of the Armed Forces and their bona fide dependents may have advertisement published free in the Windsock if the ad does not exceed twenty (20) words, if the ad is not a commercial venture or business and cannot be easily misinterpreted as paid advertising; (2) DoD Civil Service employees shall receive a twenty five (25) percent discount from the fee schedule on all classified advertising subject to the above policy limitations. (3) The Publisher shall accept free classified ads until noon each Monday for publication in that week's newspaper, or later if the Publisher chooses; (4) The Publisher shall provide an e-mail account where the Windsock staff can send all electronic ads sent to the MCAS Cherry Point website; (5) The Publisher shall replenish the supply of blank ad forms as needed. C3.9 MISCELLANEOUS RESTRICTIONS: C3.9.1 The Publisher shall not state or imply, either in copies of the Windsock or on his stationery, forms, billboards, and signs or in any other manner, that the Windsock is an official Armed Services Publication. The name, insignia, seal, emblem, or any other identifying symbol or device of any military component or department shall not be used in any manner to imply or invite the inference that the publication is an official Department of Defense publication. C3.9.2 Neither military nor civilian employees of the Department of Defense, Department of the Navy, U.S. Marine Corps, or any of their agencies may, with or without compensation, accept employment or gratuities or become connected in any way with a CE Publisher in preparation of the Windsock. C3.9.3 The Windsock shall not be distributed either as a supplement or insert to any privately produced civilian newspaper or periodical. Privately produced newspapers or publications may not be distributed as inserts to the Windsock. C3.9.4 Lotteries: Except as authorized by 1307 US Code 18 with regard to state lotteries and the Indian Gaming Regulatory Act, the Windsock if entered in the U. S. Mail System, is prohibited from publishing advertisements or editorial material about "games of chance." Paid advertisements for the lotteries administered by the states of Virginia or Maryland or the District of Columbia may be included in the Windsock in accordance with 1307 United States Code 18. C3.9.5 No opinion poll, survey, or straw vote on political campaigns, endorsements, candidates or political issues will be conducted for publication in the Windsock. The Windsock will not contain political campaign news, editorials, cartoons, or other items that are partisan in nature and not within the mission of the Marine Corps Air Station and its command information objectives as determined by the Government. C3.9.6 No commercial enterprise comic or feature supplements shall be inserted and distributed with this newspaper without the approval of the Air Station PAO or a designated representative. C3.9.7 The Marine Corps and other service emblems may be used by the editorial staff for editorial content only. C3.9.8 The Publisher shall not print any ad that uses any manipulative, deceptive, or fraudulent device, scheme or artifice, including misleading advertising and sales literature. C3.9.9 The Publisher shall not print any ad that implies that the DoD components or their subordinate levels endorse or favor a specific commercial product, commodity, or service. C3.9.10 The Publisher shall not use names, initials, rank or rate or unit of military personnel in testimonial advertising. C3.10 ADDITIONAL TASKS. C3.10.1 The Publisher shall maintain, for at least two (2) years, a morgue file of at least 25 copies of each Windsock. The Public Affairs Office will use these as emergency reserve copies for such things as journalism contests. The Publisher shall provide the PAO, at the PAO's discretion, all morgue copies at contract expiration. C3.10.2 The Publisher shall include in the Windsock, such inserts as provided by the Public Affairs Officer. C3.10.3 The Publisher shall provide all network connectivity of hardware and Internet connections and verify all units and the entire system is in a production status by the second day of the new contract period. C3.10.4 The Publisher shall immediately telephone the Public-Affairs Officer when hazardous weather conditions would prevent delivery of the newspaper as specified in the contract. C3.10.5 The Publisher shall coordinate with the PAO to determine an alternate production schedule and/or size of the Windsock if inclement weather dictates a change. The PAO retains authority to make the final decision on the size and timing of publication and distribution in such instances. In rare instances and in coordination with the Publisher, the PAO retains the right to cancel publication of the paper due to inclement weather or when other significant circumstances dictate. C3.10.6 DoD newspapers shall support the Federal Voting Assistance Program by carrying factual information about registration and voting laws, especially those on absentee voting requirements of the various States, the District of Columbia, Puerto Rico, and U.S. territories and possessions. DoD newspapers shall use voting materials provided by the Director, Federal Voting Assistance Program, the OSD; and the Military Departments. Such information is designed to encourage DOD personnel to register as voters and to exercise their right to vote as outlined in DoD Directive 1000.4. C3.10.7 MARKETING. The Contractor shall be responsible for an aggressive and effective marketing plan for the Windsock. This will be done in coordination with a PAO marketing distribution representative for the marketing of the Windsock both on base and in the local community. The Contractor shall be involved with a minimum of 12 marketing venues per year where the Windsock's name is used. These venues will be coordinated with a Contractor representative and approved by the PAO marketing distribution representative. Examples of venues include sponsorships of events, billboards in town, live-feeds with local radio stations, etc. In addition to the marketing plan, the Contractor will be responsible for industry standard placards for Windsock boxes and business cards for immediate Windsock staff. C3.10.8 ANNUAL SURVEY. The Publisher shall conduct a scientific annual survey in the Windsock and online to evaluate the content, readership demographics and readability once each year. This information will be evaluated at the same time the contract and equipment evaluation commences. C3.11 DELIVERY AND DISTRIBUTION. C3.11.1 The Contractor shall print and distribute 50 issues of the Windsock per year. The Public Affairs Office will select two (2) weeks during the year when the Windsock will not be published. Adjustments to the production schedule including publication date will be made for long weekends. On Thanksgiving holiday and when the publication date falls on a holiday, the newspaper will be published on the preceding workday. A list of recognized holidays is furnished in Section C3.15.2. C3.11.2 The Contractor shall be responsible for complete distribution of all The Windsock publications to civilian subscribers and required military distribution as designated by the PAO. The Contractor shall be responsible for accepting and processing subscriptions to the Windsock. C3.11.3 The Publisher shall provide newsstands (approximately 60), in the number requested and design approved by the PAO, on or before contract start date. The stands shall be labeled Windsock for the display of the newspaper, The Publisher agrees to replace and/or repair any damaged, destroyed, or lost newsstands at no expense to the Government. C3.11.4 The delivery and distribution of the Windsock shall be accomplished in such a manner that newsstands will be provided and kept in a neat appearance. Old issues shall be picked up by the Publisher and returned to the Publisher's site for recycling. C3.11.5 The Publisher shall deliver by 6 p.m. each Thursday a total minimum of 11,500 copies of the Windsock to the following locations: C3.11.5.1 Racks, boxes and other locations listed in Attachment 1. Delivery to all racks indoors, regardless of location, shall be made when the establishments are open so that newsstands inside such establishments can be serviced. Old papers shall be removed by the delivery truck for recycling, not discarded in MCAS Cherry Point trash receptacles. No papers shall be delivered to buildings and stacked at the door. The delivery person shall uncut the bundle ties from bundled newspapers and place the papers neatly in the racks. C3.11.5.2 To each set of family quarters on and off Marine Corps Air Station Cherry Point, as well as any other locations as specified by the PAO. For single-family homes, these copies shall be secured by rubber band or water-proof bags and placed in a neat manner on the porch of each residence. In case of inclement weather, the newspaper shall be covered with protective wrap. Copies shall not be thrown on the sidewalks or in yards. For multi-family apartment buildings, the Windsock shall be placed indoors in the foyer to the building. The Contractor is responsible for the removal of additional copies of the Windsock which are not distributed when requested by the PAO. C3.11.5.3 The Contractor shall mail, at no cost to the government, up to two hundred (200) copies of the Windsock to various addresses provided by the PAO. The Public Affairs Officer will periodically add or delete addresses from the list by written notice to the Publisher. The Publisher shall make the requested change within one week of notification. The Publisher shall incur the mail and distribution cost consistent with timeliness and applicable postal regulations. The Publisher shall not use Department of Defense postage and fees-paid indicia labels for distribution of copies of the Windsock. C3.11.6 Quarterly, at 3-month intervals after award of this contract, the Publisher shall provide the JPAO with a report of the distribution numbers of papers at each rack location. The Publisher will adjust distribution numbers as necessary based on the amounts of newspapers left over in newspaper racks. C3.11.7 The Publisher shall create and utilize a list of returned mailed subscriptions to update the mailing list. C3.12 EMPLOYEES. C3.12.1 The Government reserves the right to restrict the employment of any Contractor employee or prospective Contractor employee who violates federal regulations or is identified as a potential threat to the security, safety, health or operational mission of the base and its population. Contractor's employees shall not loiter on or around the base during off-duty hours. The removal of such persons shall not relieve the Contractor from providing all the services described herein. C3.12.2 The Contractor shall furnish a sufficient number of qualified supervisory, administrative, journeyman and other personnel to accomplish all required contract services. During the performance of this contract, while serving as Windsock representatives in public, Contractor's employees shall wear neat, clean, conservative clothing - attire that is conducive to the PAO environment and its dealings with the general public. Employees shall be identified by having company and employee name on or attached to their clothing. To meet this requirement, the Contractor shall furnish tags or badges for the employees at Contractor's expense. C3.12.3 Contractor Liaison/Quality Assurance Manager. The Contractor shall provide a Contractor Liaison/Quality Assurance Manager to oversee the performance of the work and the quality of the product and services provided. This individual shall have full authority to act for the Publisher on all matters relating to daily operation of this contract. This individual shall be available during normal duty hours within two (2) hours to meet at the installation with the Government personnel designated by the Contracting Officer to discuss problem areas. After normal duty hours, the liaison shall be available by telephone within one (1) hour to address problem areas with the editorial staff. The liaison must be able to fluently read, write, speak, and understand English. C3.12.4 Graphic Artist/Layout Design Artist. The Contractor shall furnish one Graphic Artist/Layout Design Artist to perform all lay out functions for the Windsock. The graphic artist shall liaison with the Publisher for the specified pages for the publishing cycle, coordinate layout/advertising pages and ratios and provide final product to Contractor via digital industry standard. The graphic artist/layout design artist shall be trained in the latest versions of Adobe, Photoshop, Adobe Illustrator and Corel Draw. The graphic artist/layout design artist shall be located in the contractor's facility except on Tuesdays as noted in Section C3.5. This person shall be experienced and fully competent in advanced design and layout techniques and editorial planning for a modern newspaper. C3.12.5 MINIMUM PERSONNEL QUALIFICATIONS. a. Contractor Liaison/Quality Assurance Manager. This contractor employee shall have full understanding of this contract and possess the ability to act as the Publisher's key person on all issues related to printing the Windsock. This person shall have a minimum of two years' experience as a contract manager publishing a similar publication of this size and possess an understanding of the military protocol and hierarchy. b. Graphic Artist/Layout Design Artist. The graphic artist shall have at least a 2-year degree in the field of layout/design or a minimum of two years' experience in a related field. C3.12.6 The Contractor shall train all personnel in Government policies, procedures, and regulations applicable to performing the required services and shall keep all personnel current and familiar with the aforementioned policies (C3.14.2, C3.11 and C3.16). C3.13 CONFLICT OF INTEREST. The Contractor shall not employ the following personnel: C3.13.1 Off-duty military personnel cannot be quality assurance personnel. C3.13.2 An employee of the U.S. Government if the employment of that person would create a conflict of interest. C3.13.3 An alien who does not have a valid U.S. Immigration Alien Registration Card. C3.14 SECURITY REQUIREMENTS. C3.14.1 IDENTIFICATION OF CONTRACTOR'S VEHICLES AND REQUIREMENTS FOR CONTRACTOR EMPLOYEES' VEHICLES. Each vehicle to be used in the performance of this contract shall show the Contractor or subcontractor's name so that it is clearly visible and shall always display a valid state license plate and safety inspection sticker. Contractor or subcontractor vehicle operators shall have a valid driver's license for the category of vehicle operated. Contractor and subcontractor's employees shall have a valid driver's license for privately owned vehicles brought aboard base for commuting purposes. These vehicles shall always display a valid state license plate and safety inspection sticker. C3.14.2 SECURITY CHECKS. Contractor's personnel or vehicles shall be present only in locations relevant to performance under this contract. Contractor personnel entering the base shall conform to all Government regulations and are subject to such checks as may be deemed necessary to assure that no violations occur. Contractor personnel, including newspaper delivery personnel, who plan to enter the base in service of this contract, will be required to obtain a contractor's badge from Pass & ID at the front gate. Contractor's badges issued at Camp Lejeune are authorized at Cherry Point. Application for this badge will include a Criminal Record Check (CRC), the cost of which will be paid by the Contractor. Attachment 2 is a detailed list of the requirements when this contract was written. These requirements are subject to change pursuant to possible revisions of the base security regulations. No employee shall be permitted on base when a security check reveals that his or her presence would be detrimental to the security of the base. Subject to security regulations, the Government will allow access to an area for servicing equipment or performing required services. Upon request, the Contractor shall submit to the Contracting Officer questionnaires and other forms as may be required for security purposes. C3.15 HOURS OF OPERATION. C3.15.1 Normal working hours for the Joint Public Affairs Office is 7:30 a.m. to 4:30 p.m., Monday through Friday except for federal holidays observed by this installation. The Contractor's employees shall perform services during the PAO normal working hours unless hours are adjusted to accommodate a deadline or urgent situation, in which case, the Contractor's employees shall be available to work the flexible hours with PAO personnel. Government and Contractor employees may be required to work more than normal working hours to meet deadlines. C3.15.2 RECOGNIZED HOLIDAYS. Federal holidays observed by this air station are New Year's Day, Martin Luther King Jr.'s Birthday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. The Contractor is not required to provide service on federal holidays observed by this base unless specifically stated in the contract or mutually agreed upon by the Contracting Officer and the Contractor. C3.16 CONTRACTOR'S QUALITY CONTROL PROGRAM. C3.16.1 QUALITY CONTROL. The Contractor shall establish and maintain a complete quality control program to assure the requirements of the contract are provided as specified. The Contractor's Quality Control Plan shall include: C3.16.1.1 An inspection system covering all the services listed in this contract. It shall specify the areas to be inspected on either a scheduled or unscheduled basis, how often inspections will be accomplished, and the title of the individual(s) who will perform the inspections. This shall include monitoring Contractor employees' performance. C3.16.1.2 The methods for identifying and preventing defects in the quality of service performed before the level of performance becomes unacceptable. C3.16.1.3 Records of all inspections conducted by the Contractor and necessary corrective action taken. When the Government requests copies of these records, the Contractor shall furnish them within eight (8) work hours. The Government shall have access to these records during the term of the contract. C3.16.1.4 A method of documenting and enforcing quality control operations. C3.16.1.5 Methods of communication with the Government regarding quality and contract performance. C3.16.2 The Contractor's Quality Control Program shall also: C3.16.2.1 Be structured so that it is not influenced by any other parts of the Contractor's organization. C3.16.2.2 Have direct accountability to the Contractor's top management. C3.16.2.3 Contain methods of direct and indirect communication with the Contracting Officer regarding performance of the contract. C3.16.2.4 Contain processes for corrective action without dependence upon Government direction. Demonstrate method for correcting deficiencies in performance level of employees. C3.16.2.5 Include a customer comment/complaint program that provides a way for users of the publication to report complaints, suggestions, and or comments/remarks to the Contracting Officer's Representative. The program shall describe and document the manner in which the Contractor shall promptly investigate any customer complaint and respond to the COR, describing and documenting the corrective action which will take place in correcting valid deficiencies and preventing recurrence of the condition causing the deficiency (e.g., inadequate photo tinting, registration and other deficiencies that take away from the quality of the paper). Further, the Contractor shall provide documentation to the COR in response to customer comments/remarks or when implementing recommended suggestions from the customers. C3.16.2.6 A file of all quality control actions shall be retained by the Contractor and made available to the Government as required. This file shall be subject to Government review at all times during performance of the contract. The file will become the property of the Government and shall be turned over to the Government upon completion or termination of the contract. C3.17 DOCUMENTS AND REPORTS REQUIRED. C3.17.1 CONTRACTOR'S QUALITY CONTROL PLAN. In this document, the Contractor shall document his management concept for ensuring compliance with all of the contract requirements. The Contractor's proposed Quality Control Plan is a part of this contract. Any revision to this plan shall be provided to the Contracting officer at least five (5) work days prior to the contract start date and updated thereafter as changes occur. C3.17.2 CONTRACTOR'S ORGANIZATION AND STAFFING PLAN. This document shall describe the proposed organization, staffing plan and roster of personnel working on or entering the installation to include job title, assignment and work areas. This document is a part of this contract. Any revision to this plan shall be provided to the Contracting Officer five (5) workdays prior to contract start date. After contract start date, all updated changes thereafter shall be submitted on a monthly basis. C3.18 GOVERNMENT OBSERVATIONS. Other Government personnel such as Inspector General or other higher headquarters staff are authorized to observe Contractor operation. However, personnel may not interfere with Contractor performance. Government observations or inspections will be coordinated through the Contracting Office. SECTION C4 GOVERNMENT FURNISHED PROPERTY AND SERVICES C4.1 EDITORIAL CONTENT C4.1.1 The Public Affairs Officer or his representative will have oversight and final approval authority for news, information, photographs, editorials, and other materials used in the Windsock. Authorized news and information sources include the Office of the Assistant Secretary of Defense, Public Affairs (OASDPA), Armed Forces Information Service (AFIS), the Military Departments and their subordinate levels of command, and other government agencies. Commercial news and opinion sources, such as AP, UPI, New York Times, etc. are not normally authorized for use in DoD publications except as stated in DoD Instruction 5120.4. The Windsock may publish community service news, announcements, and imagery of the civilian community for the benefit of command or installation personnel and their families. C4.1.2 Editorial content shall be based on the following categories prepared by PAO and DOD news-gathering agencies and staff of the Windsock: News release (current events describing Marine Corps and Marine Corps related information and events); Features (personal profile and stories concerning Marine Corps topics more in depth and focused than news stories); Editorials received from individuals and organizations concerning Marine Corps news; Reports provided by specific organizations/activities at MCAS Cherry Point that will be developed into news or features stories. The editorial content will include approved letters to the editor and guest columns. Although the Contractor will be responsible for the collection of content and the layout and design of the Windsock, the PAO will be responsible for proofreading all editorial material of the Windsock and for checking security, accuracy, propriety, and compliance with applicable policy of content. Only those headlines, photographs, news stories, editorials, captions, and any other editorial material approved by the Public Affairs Officer or their designated representative will be used in any edition of the Windsock. C4.2 RESPONSIBILITY. The Government will not be responsible in any way for the Contractor's supplies, materials, personal equipment or belongings brought into the building or on the grounds to perform services. This includes, but is not limited to, loss or damages caused by fire, theft, hurricane, accident, or other disaster. SECTION C5 COST/PROFIT/EXPENSES C5.1 The Contractor shall receive all proceeds from the sale of advertising for the Windsock. The Publisher shall not be required to share profits nor pay money to the U.S. Marine Corps, or to provide goods and services or considerations not directly related to the Windsock, which the Publisher has contracted to provide. The Publisher agrees to look exclusively thereto for all costs, expenses, and profits. C5.2 All costs and expenses incurred in preparing, producing, publishing, and distributing the Windsock in accordance with the provisions and requirements as contained herein shall be financed entirely by the Publisher. Those costs include taxes and fees arising from publication thereof. It is expressly agreed that neither the Commanding Officer, his representatives and successors, nor the Marine Corps Air Station shall be liable for any expenses or obligations incurred in publishing or distribution of the Windsock. C5.3 Neither U.S. Government appropriated funds nor non-appropriated funds shall become due or be paid to the Publisher because of this contract. U. S. Government stationery or other materials shall not be used either to print or distribute the Windsock. SECTION C6 OPTION TO CHANGE FORMAT C6.1 The government reserves the right to change the format of the Windsock from a Broadsheet to a Tabloid size newspaper at any point during the period of the contract including the option years. C6.2 The government may exercise the option to change to Tabloid by issuance of a unilateral modification to the contract. The change will be effective 90 days from the date of the modification. C6.3 All of the sections of this specification contract will apply to the Tabloid newspaper except C3.1.1, C3.3.1 and C3.8.6. Paragraphs C4.6 and C6.5 below replace these previous sections of the specification when this option is exercised to change the format to Tabloid. C6.4 Paragraph C3.1.1 will be deleted and substituted by the following: The Windsock shall be a Tabloid size newspaper of a size consistent with the editorial needs of the PAO, and maintaining the 60% advertisement to 40% editorial content ratio. The paper will be divided into two parts News and Life & Times. Each of these pages shall be full color and the front page of each section shall have no advertising. At the PAO's discretion, pages 2 and 3 of each section will also have no advertising. C6.5 The Publisher shall inform all advertisers of the format change prior to selling ads for that issue. Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 1001 Destination Government Destination Government 2001 Destination Government Destination Government 3001 Destination Government Destination Government 4001 Destination Government Destination Government Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 POP 16-FEB-2015 TO 15-FEB-2016 N/A N/A FOB: Destination 1001 POP 16-FEB-2016 TO 15-FEB-2017 N/A N/A FOB: Destination 2001 POP 16-FEB-2017 TO 15-FEB-2018 N/A N/A FOB: Destination 3001 POP 16-FEB-2018 TO 15-FEB-2019 N/A N/A FOB: Destination 4001 POP 16-FEB-2019 TO 15-FEB-2020 N/A N/A FOB: Destination Section G - Contract Administration Data 1.0 CONTRACT ADMINISTRATOR FOR THE GOVERNMENT a) The following representative of the Contracting Officer shall be contacted for contract administration purposes: NAME: Oronde Dominique TELEPHONE: (252) 466-7726 DSN: 582-7726 e-mail: Oronde.dominique@usmc.mil 2.0 COMMUNICATIONS a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicate with contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. b) The contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and is signed by the Contracting Officer or is pursuant to specific authority otherwise included as a part of this contract. c) A Contracting Officer for the Marine Corps Installation East (MCIEast) Contracting Office is the only person authorized to approve changes in any of the requirements of this contract and, notwithstanding, provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer's. In the event the contractor effects any change at the direction of any person other than a designated Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made. d) The contact information for the Contracting Officer is: Name: Christopher W. Poulos Address: Cherry Point Satellite Contracting Office PSC Box 8018 Cherry Point, NC 28533-0018 Phone: (252) 466-4038 or (DSN) 582-4038 e-mail: christopher.poulos@usmc.mil 3.0 CONTRACTING OFFICER'S REPRESENTATIVE (COR) a) The COR for this contract is: * b) The COR will act as the Contracting Officer's representative for technical matters, providing technical direction and discussion as necessary with respect to the specification or statement of work, and monitoring the progress and quality of contractor performance. The COR is not an Administrative Contracting Officer and does not have the authority to take any action, either directly or indirectly, that would change the pricing, quantity, quality, place of performance, delivery schedule, or any other terms and conditions of the contract (or delivery order), or to direct the accomplishment of effort which goes beyond the scope of the statement of work in the contract (or delivery order). c) When, in the opinion of the contractor, the COR requests effort outside the existing scope of the contract (or delivery order), the contractor shall promptly notify the Contracting Officer (or Ordering Officer) in writing. The contractor under such direction shall take no action until the Contracting Officer (or Ordering Officer) has issued a modification to the contract (or delivery order) or has otherwise resolved the issue. * To be provided at time of contract award. SECTION H - SPECIAL CONTRACT REQUIREMENTS 1.0 SPECIAL CONTRACT CLOSE-OUT/TURNOVER REQUIREMENTS 1.1 At the conclusion of this contract (termination or end of contract period), the Contractor shall relinquish all data/documentation, accumulated, restore the Government furnished facility to its orginal condition, less normal wear and tear and vacate the premises. Additionally, the Conractor shall relinquish all data/documentation, accumulated for the purpose of assembling the required yearly hardbound volume, to the CPAO upon closeout of the contract termination. (Note: This will not apply if the succeeding contract is awarded to the incumbent Contractor.) Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.204-2 Security Requirements AUG 1996 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2014 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.247-34 F.O.B. Destination NOV 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7012 Safeguarding of Unclassified Controlled Technical Information NOV 2013 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.243-7001 Pricing Of Contract Modifications DEC 1991 CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2014) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 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) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). ____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note). ____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). ____ (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, 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). ____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). _ ____ (ii) Alternate I (NOV 2011) of 52.219-3. _XX (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (ii) Alternate I (JAN 2011) of 52.219-4. ____ (13) [Reserved] ____ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). ____ (ii) Alternate I (NOV 2011). ____ (iii) Alternate II (NOV 2011). ____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ____ (ii) Alternate I (Oct 1995) of 52.219-7. ____ (iii) Alternate II (Mar 2004) of 52.219-7. ____ (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). ____ (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2014) (15 U.S.C. 637(d)(4)). ____ (ii) Alternate I (Oct 2001) of 52.219-9. ____ (iii) Alternate II (Oct 2001) of 52.219-9. ____ (iv) Alternate III (OCT 2014) of 52.219-9. ____ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). ____ (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). ____ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). _XX_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). ____ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (July 2013) (15 U.S.C. 637(m)). ____ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (July 2013) (15 U.S.C. 637(m)). _XX (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ____ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). _XX (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _XX (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). ____ (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). ____ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). ____ (31) 52.222-37, Employment Reports on Veterans (July 2014) (38 U.S.C. 4212). ____ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ____ (33) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ____ (34)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (35) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014)+(E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-13. ____ (36)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-14. ____ (37) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (38)(i) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-16. _XX_ (39) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (40) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ____(41) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. ____ (ii) Alternate I (May 2014) of 52.225-3. ____ (iii) Alternate II (May 2014) of 52.225-3. ____ (iv) Alternate III (May 2014) of 52.225-3. ____ (42) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _XX_ (43) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ____ (44) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ____ (45) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (46) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (47) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (48) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (49) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). ____ (50) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (July 2013) (31 U.S.C. 3332). ____ (51) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ____ (52) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (53)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). ____ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) _____ (1) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). _____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). _____ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____ (7) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). _____ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). _____ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (ix) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (x) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). _____Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (xi) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiii) 52.222-54, Employment Eligibility Verification (Aug 2013). (xiv) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xvi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 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 15 Days before the contract expiration. (End of clause) 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 30 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 (60 days unless a different number of days is inserted) 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 5 years. (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of clause) Section J - List of Documents, Exhibits and Other Attachments LIST OF DOCUMENTS Attachment 1 - Delivery Locations Attachment 2 - Base Access Requirements Section K - Representations, Certifications and Other Statements of Offerors CLAUSES INCORPORATED BY REFERENCE 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 CLAUSES INCORPORATED BY FULL TEXT 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) SECTION L - INSTRUCTIONS TO OFFERORS L.1 52.212-1 Instructions to Offerors-Commercial Items (Apr 2014) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submitsan offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites-- (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm ); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of Provision) L.2 Contract Award a. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. b. The Government may (1) reject any or all offers if such action is in the public interest, and (2) waive informalities and minor irregularities in offers received. c. The Government intends to evaluate proposals and award a contract without discussions. Therefore, each initial offer should contain the offeror's best terms from a technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. d. The Government may accept any item or combination of items, unless doing so is precluded by a restrictive limitation in the solicitation or offer. e. A written award or acceptance of 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, as provided in paragraph (d) above), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Negotiations conducted after receipt of an offer go on constitute a rejection or counteroffer by the Government. L.3 Proposal Format L.3.1 Offerors shall provide their proposals (technical and management plans, product samples, and past performance) in separate volumes as indicated below, no later than the closing date and time established on page 1 of the Solicitation, Standard Form 1449. L.3.2 Each volume shall be separately identified with the offeror name, solicitation number, and any other relevant information. L3.3 While offerors are not encouraged to take exceptions to the solicitation, any exceptions taken (or areas of the Statement of Work where a problem arises) shall be clearly identified. L3.4 Offerors shall submit their proposals in the following volumes and quantities: Volume I - Contractor shall submit and original copy of the following: 1. Signed and dated Standard Form 1449. 2. Completed clause FAR 52.212-3 Representations and Certifications Volume II - Contractor shall submit their Technical Proposal in original and 3 copies to include these documents: 1. Technical and Production Capability for each line item; 2. Management Approach for each line item; 3. Staffing (Resumes); 4. Past Performance Information DATA FOR VOLUME II - TECHNICAL PROPOSAL The offeror shall demonstrate their understanding of the requirements of all specific tasks by setting forth their proposed method of implementing and meeting those requirements for providing effective, responsive services during the period of this contract. The offeror shall outline how they propose to accomplish the overall requirements and discuss organization, personnel, equipment, supplies, production, publication and printing, quality and facility capabilities. A proposal, which does not meet the requirements of this solicitation or is so lacking in information that a proper evaluation would require elaborate explanations shall be deemed unacceptable. The technical proposal shall be prepared in accordance with the outline provided below. In addition to specific requirements for each proposal part, the Contractor may provide any other narrative or supporting materials (matrix, charts, other graphics) considered necessary for the Government to fully understand the proposal. I. TECHNICAL AND PRODUCTION CAPABILITY The offeror shall demonstrate an understanding of the required services and how they will implement their proposed method of accomplishing the required services applicable to printing and layout support, advertising, publication, distribution, equipment and how it will be utilized to accomplish the required services and how equipment will be repaired, maintained and upgraded to current technology. The equipment proposed will be evaluated on the basis of the offeror's demonstrated ability to provide the desired systems; offeror shall discuss their organization (plant/facility) and requirements specified in the RFP. The following sub factors shall be addressed: a. Quality and amount of services b. Description of equipment to be used in the performance of the contract c. Product Specifications: 1. Number of color pages per issue 2. Quality of paper stock 3. Variety and sizes of headline type 4. Variety and sizes of body type 5. Decorative screens available for use d. Product Support: 1. Editorial and photographic support coordination (e.g. communications, electronic, courier) 2. Quality and quantity of advertising (to include advertising marketing plan) 3. Proven ability to publish newspapers in excess of 25,000 weekly copies. II. MANAGEMENT APPROACH The management approach shall be specific, detailed and complete to clearly and fully demonstrate that the prospective contractor has a thorough understanding of the requirements for the achievement of this contract. The Management Approach should be delineated in such a manner as to enable Government personnel to make a thorough evaluation and determine on a sound basis whether or not the approach proposed will satisfy the requirement of the Government. The offeror shall provide a narrative, which individually addresses each of the following subfactors: a. A summary discussion of the principal features of the government's requirement as understood by the offeror including any major problems anticipated by the offeror and how these will be resolved. b. A description of coordination arrangements between the contractor and Public Affairs Office, including ease of communication and how such factors as distance, etc. will be overcome. c. A description of how quality and timeliness for the finished product will be controlled. d. A description of proposed contract life management. III. STAFFING The offeror shall provide qualified personnel for the execution of this contract. The Government considers it essential that the offeror provide a staff of professional personnel who have proven qualifications of leadership, education and experience commensurate with the position. The proposal shall include resumes of all proposed personnel who will work under this contract or representative minimum qualification requirements for any proposed "new hire". The work resumes will be used in the technical evaluation to judge the expected ability of the offeror to perform successfully. The resumes shall be in sufficient detail to permit adequate determination of the offeror's personnel qualifications and shall indicate whether it is for a current employee of your firm or a proposed "new hire". If it is for a "new hire", a signed employment agreement shall also be furnished. In the event employment agreements are not furnished, or if representative minimum qualification requirements for "new hires' are not used, it is the offeror's responsibility to include convincing evidence that they will have qualified personnel to perform the contract. PLEASE BE CAUTINED THAT EVALUATORS WILL CONSIDER ONLY THAT INFORMATION WHICH IS SUBMITTED WITH THE PROPOSAL. Resumes will be reviewed, by the Contracting Officer prior to award, to ensure the nominees meet the qualifications specified in the solicitation. The offeror shall provide sufficient information to illustrate their plan for training, relevant to equipment and to regulations; and for increase in equipment and personnel in any emergency or contingency situation. IV. PAST PERFORMANCE Offerors shall furnish with their proposal past performance reference data for contracts which required the same or similar type services using the form shown in (section J of the solicitation, Technical Exhibit #3 "Government/Commercial Contracts Reference Form). Offerors shall furnish (3) Government or Commercial Contract Reference on the form provided for contracts that have been performed within the past three (3) years. The form shall be duplicated for each contract reported on. If an existing contract is used in response to this evaluation factor, at a minimum, the base year of the contract must be completed or two deliveries performed. It is suggested that your references be notified that they are being named as a reference. Other Past Performance Reference Data. References other than those identified by the offeror may be contacted by the Government with the information received used in evaluation of the offeror's past performance. No Past Performance History. If the offeror has no past performance history, then Past Performance Reference Data may be provided concerning key personnel of the offeror in the development of the product. Referenced Contracts That Had Problems. The offeror shall provide information on problems encountered on any contract referenced on the Government/Commercial Contract Reference Form and the corrective action taken to resolve those problems. Offerors should not provide general information on their performance to the identified contracts. General performance information will be obtained from the references. Performance Evaluation. Each offeror will be evaluated on his/her performance under contracts for the same or similar type services. Performance information will be used for both responsibility determinations and as an evaluation factor against which offeror's relative ranks will be compared to assure Government best value selections. The Government will focus on information that demonstrates quality of performance relative to the size fond complexity of the procurement under consideration. Volume IV - Samples (Contractor Shall Submit 3 Each) 1. Sample publications similar to the publications required in the SOW. CLAUSES INCORPORATED BY FULL TEXT 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of provision) SECTION M - EVALUATION FACTORS FOR AWARD M.1 Basis of Award. Award will be made to the offeror whose proposal provides the best overall benefit to the Government in light of the evaluation factos stated below. To be considered for award, offerors' proposals must conform to all terms and condition contained in this solicitation. A team of Government personnel will evaluate all proposals, each having the technical expertise conducive to the field of journalism and publication of newspapers and other CE publications, to determine the extent to which each offeror demonstrates a clear understanding of the requirements of the RFP. The offeror shall submit a proposal that completely addresses all evaluation areas, specifically identifying how each proposed contractual requirement will be met. The evaluation team will rate each proposal strictly in accordance with wits content in relation to the RFP specifications. The team will not assume that performance will include areas not specified in the offeror's written proposal. M.2 Multiple Awards. It is the Government's intention to award one contract as a result of this solicitation. M.3 Evaluation Factors/Subfactors and Their Relative Importance. A list of evaluation factors is shown below in descending order of importance. Please note that the factors Management Approach and Past Performance are weighted equally. All subfactors are weighted equally. I. TECHNICAL AND PRODUCTION CAPABILITY a. Quality and amount of services b. Description of equipment to be used in the performance of the contract c. Product Specifications: 1. Number of color pages per issue 2. Quality of paper stock 3. Variety and sizes of headline type 4. Variety and sizes of body type 5. Decorative screens available for use d. Product Support: 1. Editorial and photographic support coordination (e.g. communications, electronic, courier) 2. Quality and quantity of advertising (to include advertising marketing plan) 3. Proven ability to publish newspapers in excess of 25,000 weekly copies. II. MANAGEMENT APPROACH a. A summary discussion of the principal features of the government's requirement as understood by the offeror including any major problems anticipated by the offeror and how these will be resolved. b. A description of coordination arrangements between the contractor and Public Affairs Office, including ease of communication and how such factors as distance, etc. will be overcome. c. A description of how quality and timeliness for the finished product will be controlled. d. A description of proposed contract life management III. STAFFING The Government will evaluate resumes provided for each of the positions to determine if personnel proposed possess the necessary qualifications to carry out the requirement. IV. PAST PERFORMANCE Contractor's Past Performance will be an important factor in evaluating the credibility of the offer's proposal and relative capability to meet performance requirements. Information utilized will be obtained from the references listed in the proposal, other customers known to the Government, consumer protection organizations and others who may have relevant information. Information will also be considered regarding any significant subcontractors, corporate officers and key personnel. Evaluation of past performance may be quire subjective based on consideration of all relevant facts and circumstances; however, the basis for conclusions of judgment will be documented. No information will be considered which is over 3 years old. While all reference sources, whether Government or private, will be evaluated equally, the Government will give greater weight to information that demonstrates quality of performance relative to the various types and manufactures of the equipment listed I the solicitation under consideration. Where it is apparent that the offeror has demonstrated an exceptional performance level, additional consideration may be given by the Contracting Officer to this factor. If the offeror doesn't not have past performance history relating to this solicitation, the offeror will not be evaluated favorable or unfavorable. Past performance evaluation includes the following subfactos, which are listed in descending order of importance. a. Quality of product or service b. Timeliness of deliver/performance c. Customer (end-user) satisfaction d. Business relations
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00146/M00146-15-R-9009/listing.html)
 
Place of Performance
Address: Marine Corps Air Station, Cherry Point, North Carolina, 28533, United States
Zip Code: 28533
 
Record
SN03603590-W 20141225/141223234634-6483639f77baa3134d28aef80e21f21e (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.